office of acquisition and assistance (oaa) usaid/colombia unit … · solicitation, offer and award...

149
SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES 1 149 2. CONTRACT NUMBER 3. SOLICITATION NUMBER SOL-514-16-000024 4. TYPE OF SOLICITATION X NEGOTIATED (RFP) 5. DATE ISSUED 6. REQUISITION/PURCHASE NUMBER REQ-514-16-000029 7. ISSUED BY CODE 514 8. ADDRESS OFFER TO (If other than Item 7) Office of Acquisition and Assistance (OAA) USAID/Colombia Unit 3030 Box 5101 DPO AA 34004 NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION 9. Sealed offers in original and See Section L copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in See SECTION L until local time (Hour) (Date) CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All Offers are subject to all terms and conditions contained in this solicitation. 10. FOR INFORMATION CALL: A. NAME Martha L. Aponte Edel Perez B. TELEPHONE (NO COLLECT CALLS) C. E-MAIL ADDRESS [email protected] eperez@usaid.gov AREA CODE NUMBER EXT. 011/57-1 275-4100 11. TABLE OF CONTENTS See Attached Table of Contents (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S) PART I - THE SCHEDULE PART II - CONTRACT CLAUSES X A SOLICITATION/CONTRACT FORM X I CONTRACT CLAUSES X B SUPPLIES OR SERVICES AND PRICES/COSTS PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. X C DESCRIPTION/SPECS./WORK STATEMENT X J LIST OF ATTACHMENTS X D PACKAGING AND MARKING PART IV - REPRESENTATIONS AND INSTRUCTIONS X E INSPECTION AND ACCEPTANCE X K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS X F DELIVERIES OR PERFORMANCE X G CONTRACT ADMINISTRATION DATA X L INSTR., CONDS., AND NOTICES TO OFFERORS X H SPECIAL CONTRACT REQUIREMENTS X M EVALUATION FACTORS FOR AWARD OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within _180_ calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT $.00 21. ACCOUNTING AND APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 10 U.S.C. 2304(a) ( ) 41 U.S.C. 253(c) ( ) 23. SUBMIT INVOICES TO ADDRESS SHOWN IN (4 copies unless otherwise specified) ITEM 24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE 514 Controller's Office USAID/Colombia Unit 3030, Box5101 DPO AA 34004 [email protected] 26. NAME OF CONTRACTING OFFICER (Type or print) Martha L. Aponte 27. UNITED STATES OF AMERICA (Signature of Contracting Officer) 28. AWARD DATE IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52-232-8) 10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) 30 CALENDAR DAYS (%) CALENDAR DAYS (%) 14. ACKNOWLEDGEMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated: AMENDMENT NO. DATE AMENDMENT NO. DATE 15A. NAME AND ADDRESS OF OFFEROR CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) 15B. TELEPHONE NUMBER 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE 17. SIGNATURE 18. OFFER DATE AREA CODE NUMBER EXT.

Upload: others

Post on 23-Sep-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER

UNDER DPAS (15 CFR 700) RATING

N/A PAGE OF PAGES

1 149

2. CONTRACT NUMBER 3. SOLICITATION NUMBER

SOL-514-16-000024

4. TYPE OF SOLICITATION

X NEGOTIATED (RFP)

5. DATE ISSUED 6. REQUISITION/PURCHASE NUMBER

REQ-514-16-000029

7. ISSUED BY CODE 514 8. ADDRESS OFFER TO (If other than Item 7)

Office of Acquisition and Assistance (OAA) USAID/Colombia Unit 3030 Box 5101 DPO AA 34004

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION9. Sealed offers in original and See Section L copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in

See SECTION L until local time

(Hour) (Date)CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All Offers are subject to all terms and conditions contained in this solicitation.

10. FOR INFORMATION CALL: A. NAME

Martha L. Aponte

Edel Perez

B. TELEPHONE (NO COLLECT CALLS) C. E-MAIL ADDRESS [email protected] [email protected] AREA CODE NUMBER EXT.

011/57-1 275-4100

11. TABLE OF CONTENTS See Attached Table of Contents (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S)

PART I - THE SCHEDULE PART II - CONTRACT CLAUSES

X A SOLICITATION/CONTRACT FORM X I CONTRACT CLAUSES

X B SUPPLIES OR SERVICES AND PRICES/COSTS PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH.

X C DESCRIPTION/SPECS./WORK STATEMENT X J LIST OF ATTACHMENTS

X D PACKAGING AND MARKING PART IV - REPRESENTATIONS AND INSTRUCTIONS

X E INSPECTION AND ACCEPTANCE

X K REPRESENTATIONS, CERTIFICATIONS AND OTHER

STATEMENTS OF OFFERORS X F DELIVERIES OR PERFORMANCE

X G CONTRACT ADMINISTRATION DATA X L INSTR., CONDS., AND NOTICES TO OFFERORS

X H SPECIAL CONTRACT REQUIREMENTS X M EVALUATION FACTORS FOR AWARD

OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.

12. In compliance with the above, the undersigned agrees, if this offer is accepted within _180_ calendar days (60 calendar days unless a different period is inserted by the offeror) from the date

for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

AWARD (To be completed by Government)

19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT

$.00

21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 10 U.S.C. 2304(a) ( )

41 U.S.C. 253(c) ( )

23. SUBMIT INVOICES TO ADDRESS SHOWN IN (4 copies unless otherwise specified)

ITEM

24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE 514 Controller's OfficeUSAID/Colombia Unit 3030, Box5101 DPO AA 34004 [email protected]

26. NAME OF CONTRACTING OFFICER (Type or print)

Martha L. Aponte

27. UNITED STATES OF AMERICA

(Signature of Contracting Officer)

28. AWARD DATE

IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice

13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52-232-8)

10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) 30 CALENDAR DAYS (%) CALENDAR DAYS (%)

14. ACKNOWLEDGEMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated:

AMENDMENT NO. DATE AMENDMENT NO. DATE

15A. NAME AND ADDRESS OF OFFEROR

CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print)

15B. TELEPHONE NUMBER 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE

17. SIGNATURE 18. OFFER DATE

AREA CODE NUMBER EXT.

Page 2: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

Issuance Date: August 31, 2016 Questions Due Date: September 14, 2016 Questions Due Time: 3:00 PM, Bogota time Closing Date: October 18, 2016 Closing Time: 3:00 PM, Bogota time

Subject: Request for Proposals (RFP) No. SOL-514-16-000024, “USAID Páramos and Forests”

The United States Government, represented by the United States Agency for International Development (USAID)/Colombia, is seeking proposals from U.S. or non-U.S., non-profit or for-profit organizations, to provide services to support Colombian efforts towards achieving its sustainable landscape climate change mitigation goals in a post-conflict scenario, with particular emphasis on REDD+, results-based conservation and capacity development for measuring, reporting and verification (MRV).

Authorized Principal Geographic Code for this solicitation is 937 – Default. NAICS Code for this solicitation is 541990 – All Other Professional, Scientific and Technical Services.

USAID anticipates awarding a single Hybrid - Cost plus Fixed Fee (CPFF) Completion - Indefinite Delivery, Indefinite Quantity Contract (IDIQ) contract. The Total Estimated Cost (TEC) plus fixed fee for services under this contract (CLIN 0001 and (CLIN 0002), is estimated to fall within the range of $38 million and $40 million. This procurement will be conducted under Full and Open Competition procedures, pursuant to Part 15 of the Federal Acquisition Regulation (FAR) (48 CFR Chapter 1). Please refer to Section L for information regarding proposal requirements. Offerors should take into account the expected delivery time required by the proposal transmission method they choose and they are responsible for ensuring proposals are received at USAID by the due date and time as specified in Section L. Failure to comply with the submission date and time will deem any submission unacceptable and it will not be reviewed or evaluated. Faxed proposals are not acceptable, nor will they be reviewed or evaluated.

Section L of the RFP sets forth all instructions for the preparation and submission of required proposal contents, including critical dates/times for the submission of questions, and the proposal submission closing date and time. Section M states the criteria by which proposals will be evaluated. Oral explanations or instructions given before award of the contract will not be binding and will not constitute a formal amendment of the RFP.

This RFP in no way obligates USAID to award a contract or the task order portion nor does it commit USAID to pay any cost incurred in the preparation and submission of a proposal. Award of a Contract under this RFP is subject to availability of funds and other internal USAID approvals.

USAID expects that offerors will have equal access to all local organizations needed to implement this contract and strongly discourages exclusivity agreements with local organizations.

Page 3: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES
Page 4: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS TABLE OF CONTENTS

Page 4 of 149

TABLE OF CONTENTS

PART I – THE SCHEDULE............................................................................................ 9 SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS ................................ 9

B.1. PURPOSE .................................................................................................................... 9 B.2. CONTRACT TYPE AND SERVICES ................................................................. 9 B.3. ESTIMATED COST, FIXED FEE AND OBLIGATED AMOUNT .......................... 9 B.4. CONTRACT BUDGET AND CEILINGS ................................................................ 11 B.5. INDIRECT COST ...................................................................................................... 11 B.6. CEILINGS ON INDIRECT COST RATES ............................................................... 11 B.7. COST REIMBURSABLE .......................................................................................... 12 B.8. MULTI-YEAR CONTRACT ..................................................................................... 12

SECTION C – STATEMENT OF WORK ........................................................................ 13 C.1. TITLE OF ACTIVITY ........................................................................................... 13 C.2. PURPOSE ............................................................................................................... 13 C.3. BACKGROUND .................................................................................................... 13 C.4. STATEMENT OF WORK ..................................................................................... 15 C.5. GEOGRAPHIC FOCUS .......................................................................................... 24 C.6. SPECIAL CONSIDERATIONS ............................................................................. 24

SECTION D– PACKAGING AND MARKING .............................................................. 30 D.1. AIDAR 752.7009 MARKING (JAN 1993) ............................................................ 30 D.2. BRANDING IMPLEMENTATION PLAN AND MARKING PLAN .................. 30

SECTION E – INSPECTION AND ACCEPTANCE ...................................................... 31 E.1. NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE 31 E.2. INSPECTION AND ACCEPTANCE ........................................................................ 31

SECTION F – DELIVERIES OR PERFORMANCE ..................................................... 32 F.1. NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE ......................................................................................................................... 32 F.2. PERIOD OF PERFORMANCE ............................................................................. 32 F.3. PLACE OF PERFORMANCE ............................................................................... 32 F.4. PERFORMANCE STANDARDS .......................................................................... 32 F.5. KEY PERSONNEL AND NON-KEY PERSONNEL ........................................... 33 F.6. REPORTS AND OTHER DELIVERABLES ........................................................ 36 F.7. KEY PERSONNEL AND SALARIES .................................................................. 47 F.8. AUTHORIZED WORK DAY/WEEK .................................................................. 47 F.9. IDIQ SUPPLEMENTAL TECHNICAL ASSISTANCE ORDERING PROCEDURES (APPLICABLE TO CLIN 0002) .............................................................. 48

SECTION G– CONTRACT ADMINISTRATION DATA ............................................ 50 G.1. NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE ......................................................................................................................... 50

Page 5: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS TABLE OF CONTENTS

Page 5 of 149

G.2. CONTRACTING OFFICER AND CONTRACTING OFFICER’S REPRESENTATIVE ............................................................................................................. 50 G.3. CONTRACTOR’S PRIMARY POINT-OF CONTACT........................................ 50 G.4. PAYING OFFICE ................................................................................................... 51 G.5. ACCOUNTING AND APPROPRIATION DATA ................................................ 51 G.6. CONTRACTOR’S PAYMENT ADDRESS .......................................................... 51 G.7. ACCEPTANCE AND APPROVAL ...................................................................... 51 G.8. CONTRACTING OFFICER'S AUTHORITY .......................................................... 51 G.9. TECHNICAL DIRECTIONS / RELATIONSHIP WITH USAID ......................... 51

SECTION H - SPECIAL CONTRACT REQUIREMENTS ......................................... 54 H.1. USAID-FINANCED THIRD-PARTY WEB SITES (AUGUST 2013) .................... 54 H.2. SUBMISSION OF DATASETS TO THE DEVELOPMENT DATA LIBRARY (DDL) (OCTOBER 2014) ...................................................................................................... 55 H.3. GRANTS UNDER CONTRACTS (GUCS) .............................................................. 56 H.4. USAID DISABILITY POLICY - ACQUISITION (DEC 2004) ............................... 57 H.5. ADDITIONAL REQUIREMENTS FOR PERSONNEL COMPENSATION .......... 57 H.6. AUTHORIZED GEOGRAPHIC CODE .................................................................... 59 H.7. DEFENSE BASE ACT INSURANCE....................................................................... 59 H.8. LOGISTIC SUPPORT ............................................................................................... 61 H.9. LANGUAGE REQUIREMENTS ................................................................................ 61 H.10. EXECUTIVE ORDER -- CLIMATE-RESILIENT INTERNATIONAL DEVELOPMENT .................................................................................................................. 61 H.11. EXECUTIVE ORDER ON TERRORISM FINANCING .......................................... 62 H.12. FOREIGN GOVERNMENT DELEGATIONS TO INTERNATIONAL CONFERENCES ................................................................................................................... 62 H.13. PROHIBITION OF ASSISTANCE TO DRUG TRAFFICKERS ............................. 62 H.14. NONEXPENDABLE PROPERTY PURCHASES AND INFORMATION TECHNOLOGY RESOURCES ............................................................................................ 62 H.15. CLOUD COMPUTING (MAY 2016) ........................................................................ 63 H.16. ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY (MAY 2016) 68 H.17. SECTION 508 OF THE REHAB. ACT OF 1978 AND FAC 97-27 “ELECTRONIC IT ACCOUNTABILITY” ...................................................................................................... 69 H.18. CONFIDENTIALITY AND OWNERSHIP OF INTELLECTUAL PROPERTY .... 69 H.19. CONTRACTOR’S STAFF SUPPORT AND ADMINISTRATIVE AND LOGISTICAL ARRANGEMENTS ...................................................................................... 69 H.20. ELECTRONIC PAYMENTS SYSTEM ....................................................................... 69 H.21. EMPLOYEE COMPENSATION LIMITATIONS UNDER THE CONTRACT AND SUBCONTRACTS ..................................................................................................... 70 H.22. ENVIRONMENTAL COMPLIANCE ......................................................................... 70 H.23. EXCHANGE VISITORS AND TRAINING ................................................................ 74 H.24. GOVERNMENT FURNISHED FACILITIES OR PROPERTY .............................. 75 H.25. HOMELAND SECURITY PRESIDENTIAL DIRECTIVE-12 (HSPD-12) (SEPTEMBER 2006) ............................................................................................................... 75 H.26. INHERENTLY GOVERNMENTAL AND CLOSELY ASSOCIATED FUNCTIONS 77

Page 6: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS TABLE OF CONTENTS

Page 6 of 149

H.27. PERFORMANCE MANAGEMENT INFORMATION SYSTEM ............................... 77 H.28. PRESS RELATIONS ........................................................................................... 77 H.29. REQUESTS FOR CONSENT TO SUBCONTRACT ............................................... 77 H.30. SUBCONTRACTING PLAN AND THE ESRS SYSTEM – SUBCONTRACTING REPORT FOR INDIVIDUAL CONTRACTS AND ESRS – SUMMARY CONTRACTING REPORT................................................................................................................................. 78 H.31. SECURITY CONDITIONS ......................................................................................... 78 H.32. SECURITY SERVICES AND LIFE SUPPORT ............................................... 78 H.33. SECURITY REPORTING...................................................................................... 79 H.34. TITLE TO AND CARE OF PROPERTY .......................................................... 79 H.35. USAID LEGAL AND POLICY CONSIDERATIONS ............................................. 79 H.36. ORGANIZATIONAL CONFLICT OF INTEREST ........................................... 80 H.37. USAID/COLOMBIA COMMUNICATIONS AND OUTREACH REQUIREMENTS 80

PART II – CONTRACT CLAUSES ............................................................................. 82 SECTION I – CONTRACT CLAUSES ............................................................................. 82

I.1. NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE 82 I.2. FAR 52.203-99, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (APR 2015) (DEVIATION 2015-02) ......................................................................................................... 85 I.3. 52.204-1 APPROVAL OF CONTRACT (DEC 1989) .............................................. 86 I.4. FAR 52.216-18 ORDERING (OCT 1995) (APPLICABLE TO CLIN 002 ONLY) 86 I.5. FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (APPLICABLE TO CLIN 0002 ONLY) ......................................................................................................................... 86 I.6. FAR 52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984) ....... 87 I.7. FAR 52.229-8 TAXES – FOREIGN COST-REIMBURSEMENT CONTRACTS (MAR 1990) ........................................................................................................................... 87 I.8. FAR 52.244-2 SUBCONTRACTS (OCT 2010) ........................................................ 87 I.9. FAR 52.244-2 SUBCONTRACTS (OCT 2010) - ALTERNATE I (JUN 2007) ....... 89 I.10. FAR 52.247-1 COMMERCIAL BILL OF LADING NOTATIONS. (FEB 2006) .... 90 I.11. FAR 52.247-67 SUBMISSION OF TRANSPORTATION DOCUMENTS FOR AUDIT. (FEB 2006) .............................................................................................................. 91 I.12. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ..................... 91 I.13. 52.252-4 ALTERATIONS IN CONTRACT (APR 1984) ......................................... 91 I.14. 752.245-70 GOVERNMENT PROPERTY - USAID REPORTING REQUIREMENTS. (JUL 1997) ............................................................................................ 92 I.15. 752.252-2 AIDAR CLAUSES INCORPORATED BY REFERENCE (MAR 2015) 93

PART III – DOCUMENTS AND OTHER ATTACHMENTS .................................. 94 SECTION J – LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS.................................................................................................................. 94

USEFUL LINKS .................................................................................................................... 94

Page 7: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS TABLE OF CONTENTS

Page 7 of 149

PART IV – REPRESENTATION AND INSTRUCTIONS ........................................ 95 SECTION K– REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS ....................................................................................... 95

K.1. NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE ......................................................................................................................... 95 K.2. 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS - REPRESENTATION (APR 2015) (DEVIATION 2015-02) ................................................ 95 K.3. 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS. (APR 2016) 96 K.4. 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS. (OCT 2015) ............................................................................................................................ 99 K.5. KEY INDIVIDUAL CERTIFICATION NARCOTICS OFFENSES AND DRUG TRAFFICKING ................................................................................................................... 100 K.6. 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS. (JUL 2013) 101 K.7. 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) ....................................................... 102 K.8. SIGNATURE ........................................................................................................ 103

SECTION L – INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS .......................................................................................................... 104

L.1. NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE ....................................................................................................................... 104 L.2. 52.216-1 TYPE OF CONTRACT. (APR 1984) ................................................... 104 L.3. 52.233-2 SERVICE OF PROTEST. (SEP 2006).................................................. 104 L.4. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) ........................................................................................................................... 105 L.5. 52.252-3 ALTERATIONS IN SOLICITATION (APR 1984) ............................. 105 L.6. 752.252-1 AIDAR SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (MAR 2015) ................................................................................................. 105 L.7. GENERAL INSTRUCTIONS .............................................................................. 106 L.8. DELIVERY INSTRUCTIONS ............................................................................. 107 L.9. INSTRUCTIONS FOR THE PREPARATION OF THE TECHNICAL PROPOSAL ......................................................................................................................... 109 L.10. INSTRUCTIONS FOR THE PREPARATION OF THE COST/BUSINESS PROPOSAL (SEE SECTION M.3.) .................................................................................... 115 Part 1 - Standard Form (SF) 33 ............................................................................................ 116 Part 2 – Proposed Costs/Prices ............................................................................................. 116

A.CLIN 0001 .......................................................................................................................... 117 Part 3 - Representations, Certifications, and Other Statements of Offerors ........................ 121 Part 4 - Policies and Procedures ........................................................................................... 121 Part 5 - Information Concerning Work-Day, Work-Week, and Paid Absences .................. 121 Part 6 - Subcontracting Plan and Small Business Concerns ................................................ 121 Part 7 - Joint Venture Information. ....................................................................................... 122

Page 8: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS TABLE OF CONTENTS

Page 8 of 149

Part 8 - Evidence of Responsibility ...................................................................................... 122 Part 9 - Information to support Consent to Subcontractors .................................................. 122 Part 10 - Letters of Commitment (Major Subcontractors) ................................................... 123 Part 11 - Legislative Reporting Information ......................................................................... 123

B.CLIN 0002 .......................................................................................................................... 123 SECTION M - EVALUATION FACTORS FOR AWARD ........................................ 125

M.1. GENERAL INFORMATION ............................................................................... 125 M.2. TECHNICAL EVALUATION ............................................................................. 125 M.3. COST EVALUATION (See Section L.10.) ......................................................... 129 M.4. DETERMINATION OF THE COMPETITIVE RANGE ..................................... 129 M.5. SOURCE SELECTION ........................................................................................ 130

ATTACHMENTS AND OTHER DOCUMENTS ..................................................... 131 ATTACHMENT 1 - PAST PERFORMANCE INFORMATION .............................. 131 ATTACHMENT 2 - BRANDING STRATEGY ............................................................. 132 ATTACHMENT 3 - BRANDING IMPLEMENTATION PLAN AND MARKING 133 ATTACHMENT 4 – BUDGET TEMPLATE ................................................................ 141 ATTACHMENT 5 -CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN ................................................................................... 142 ATTACHMENT 6 - SMALL BUSINESS SUBCONTRACTING PLAN .................. 143 ATTACHMENT 7 - USAID FORM 1420-17-CONTRACTOR BIOGRAPHICAL DATA SHEET ...................................................................................................................... 147 ATTACHMENT 8 – SF-LLL - DISCLOSURE OF LOBBYING ACTIVITIES ...... 148 ATTACHMENT 9 – ACRONYM LIST .......................................................................... 149

Page 9: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION B

Page 9 of 149

PART I – THE SCHEDULE

SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

B.1. PURPOSE

The purpose of this contract is to provide the services described in the Statement of Work (SOW) to implement the “USAID Páramos & Forests” Activity (henceforth ‘the Activity’), as described in Section C. B.2. CONTRACT TYPE AND SERVICES

This is a FAR 16.102(b) combination award consisting of a Cost Plus Fixed Fee Completion (CLIN 0001) and a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) type contract (CLIN 0002) for the purpose of providing supplemental technical assistance.

Under the Cost Plus Fixed Fee Completion portion of the contract (CLIN 0001) (90% of the total estimated cost), the contractor must furnish all personnel, materials, equipment, supplies, facilities, services (except as expressly set forth in this contract as furnished by the Government) and perform all activities necessary for, or incidental to, the performance of work described in Section C and other sections of the contract not specifically identified under CLIN 0002 as the IDIQ Supplemental Technical Assistance.

Under the IDIQ portion of the contract (CLIN 0002) (10% of the total estimated cost), the contractor must furnish additional supplemental technical assistance arising out of or related to the completion portion of the contract, as required by Government-issued Task Orders. The services must be ordered in accordance with Section F.9 entitled, “IDIQ Supplemental Technical Assistance Ordering Procedures (Applicable to CLIN 0002)” and the IDIQ clauses in Section I. As this CLIN is part of this contract and not a stand-alone award, the Government is not required to state or order any minimum number of person-days as otherwise provided in FAR 16.504(a)(1). The other CLIN (CLIN 0001) contained in this contract provides sufficient consideration to make this a legally binding contract, and the Government has no obligation to fund or order under CLIN 0002.

For the consideration set forth below, the Contractor must achieve the performance objectives and deliverables or outputs described in Section C and F and the performance standards specified in Section F, and comply with all contract requirements.

B.3. ESTIMATED COST, FIXED FEE AND OBLIGATED AMOUNT

The total estimated cost (TEC) for CLIN 0001 and CLIN 0002 is [TBD].

B.3.1 Estimated Cost and Fixed Fee for CLIN 0001

The Total Estimated Cost for this CLIN is $_____, exclusive of fixed fee, if any. The fixed fee, if any is $_____. The estimated cost plus fixed fee, if any is $_____.

Page 10: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION B

Page 10 of 149

B.3.2 Estimated Cost and Fixed Fee for CLIN 0002

The total estimated ceiling cost of this CLIN is $_____, exclusive of the associated maximum fee of $_____. The total estimated ceiling cost and maximum fee is $_____.

a. Other Direct Cost Limitations Under CLIN 0002

The estimated cost of this CLIN includes estimates for material, equipment, subcontracts, travel, and training required for performance of the total amount of work that can be ordered by the Government under this CLIN during the life of this contract. The amount of ordered Other Direct Costs will not exceed $1,000,000.00.

b. Level-of-Effort Under CLIN 0002

A. In performing Government orders for Technical Assistance under this CLIN, the Contractor is obligated to provide up to a maximum of 4,000 person-days.

B. The fee set forth in B.3.2 is based upon furnishing the level-of-effort specified in paragraph A. The total estimated cost and fixed fee will be established in the individual Government-issued Task Orders and shall not exceed the amounts set forth in Section B.3.2., IDIQ CLIN 0002.

B.3.3 Payment of Fixed Fee

The Contractor’s fixed fee is tied to the accomplishment of the deliverables under each CLIN and all terms and conditions of the award. CLIN 1: Payment of fixed fee will be made upon receipt of a proper invoice and must directly correspond to the percentage of allowable costs being paid. In accordance with FAR 52-216-8, Fixed Fee, the CO will withhold 15% of the total fee or $100,000, whichever is less until the required award conditions under the reference clause have been met. CLIN 2: Payment of the corresponding fixed fee for each Task Order will be negotiated at the Task Order level; made upon receipt of a proper invoice and must directly correspond to the percentage of allowable costs being paid and cannot exceed the fee for CLIN 0001.

B.3.4 Amount Obligated

Within the estimated cost plus fixed fee (if any) specified for CLIN 0001, the amount currently obligated and available for reimbursement of allowable costs incurred by the Contractor (and payment of fee, if any) for performance hereunder is TBD (only applies to CLIN 0001). The Contractor must not exceed the aforesaid obligated amount nor will the United States Government (USG) be responsible for costs incurred should the Contractor do so. Funds obligated hereunder are anticipated to be sufficient through [TBD].

Page 11: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION B

Page 11 of 149

B.4. CONTRACT BUDGET AND CEILINGS

CLIN 0001 Activity Costs $TBD Grants Under Contract $6,000,000 Total Costs $TBD Fixed Fee $TBD Total Estimated Cost Plus Fixed Fee $TBD CLIN 0002 Activity Costs $TBD Maximum Fee $TBD Total Ceiling $TBD Total Estimated Cost Plus Fixed Fee CLIN 1 and CLIN 2: $TBD

B.5. INDIRECT COST

The contract clause entitled “Allowable Cost and Payment (JUN 2013)”, FAR Subpart 52.216-7, specifies that the indirect cost rates must be established for each of the Contractor’s accounting periods which apply to this contract. Pending establishment of revised provisional or final indirect cost rates, allowable indirect costs should be reimbursed on the basis of the following negotiated provisional or predetermined rates and the appropriate bases:

Description Rate Base Type Period

[TBD] [TBD] 1/ 1/ 1/

[TBD] [TBD] 2/ 2/ 2/

[TBD] [TBD] 3/ 3/ 3/

1/ Base of Application: Type of Rate: Period: 2/ Base of Application: Type of Rate: Period:

3/ Base of Application: Type of Rate: Period: B.6. CEILINGS ON INDIRECT COST RATES

(a) For each of the Contractor’s accounting periods during the term of this contract, the parties agree as follows:

Page 12: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION B

Page 12 of 149

(1) The distribution base for establishment of final overhead rates is __________________. (2) The distribution base for establishment of final G&A rates is _____________________.

(b) The Contractor will make no change in its established method of classifying or allocating indirect costs without the prior written approval of the Contracting Officer (CO).

(c) Reimbursement for indirect costs shall be at final negotiated rates, but not in excess of the following ceiling rates for each fiscal year:

Indirect Cost Type FY 17 FY 18 FY19 FY 20 FY 21 (Contractor’s FY)

1. [TBD] ________ _____ _____ _____ _____ _____ 2. [TBD] ________ _____ _____ _____ _____ _____ 3. [TBD] ________ _____ _____ _____ _____ _____

(d) The government is not obligated to pay any additional amount on account of indirect costs above the ceiling rates established in the contract. This advance understanding will not change any monetary ceiling, cost limitation, or obligation established in the contract. B.7. COST REIMBURSABLE Allowable costs are limited to reasonable, allocable and necessary costs determined in accordance with FAR 52.216-7, Allowable Cost and Payment, FAR 52.216-8, Fixed Fee, if applicable, and AIDAR 752.7003, Documentation for Payment. B.8. MULTI-YEAR CONTRACT

This contract is considered non-severable, and is therefore a multi-year contract as defined in FAR 17.103. Therefore, this contract is subject to the requirements of FAR 17.106.

Cancellation Dates: Contract Year 2: Date______ Amount: $______ Contract Year 3: Date______ Amount: $______ Contract Year 4: Date______ Amount: $______ Contract Year 5: Date______ Amount: $______

Cancellation Ceiling: This is a CPFF Completion type contract plus an IDIQ portion where the contractor is authorized to be reimbursed for all costs which are allowable in accordance with FAR 52.216-7, “Allowable Costs and Payment.” Therefore, the contractor will not incur any costs which would have been amortized over the life of the contract should the contract be cancelled in accordance with FAR 52.217-2. The cancellation ceiling for each cancellation date is indicated above.

[END OF SECTION B]

Page 13: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 13 of 149

SECTION C – STATEMENT OF WORK

C.1. TITLE OF ACTIVITY USAID Páramos and Forests (hereafter also referred to as the “Activity”).

C.2. PURPOSE

The purpose of the USAID Páramos and Forests Activity is to support Colombia in the implementation of its Agriculture, Forestry and Other Land Uses (AFOLU) related climate change mitigation goals, while strengthening community-based sustainable development initiatives in the context of a post peace agreement scenario, henceforth referred to as the ‘post-conflict’. The Activity must i) support the sustainable implementation of the existing USAID BioREDD+ /REDD+1 portfolio (8 projects), ii) deliver tangible and sustainable results on the implementation of a results-based payment system for reduced carbon emissions in strategic high mountain ecosystems (i.e. Páramo, high Andean forest (bosque andino) and wetlands); and iii) provide targeted institutional and policy support to the Government of Colombia (GOC) towards achieving its climate change goals in the AFOLU sector. Climate change synergies between mitigation and adaptation efforts are encouraged.

C.3. BACKGROUND

The planet’s average surface temperature has risen about 1.0 degree Celsius since the late-19th century, a change largely driven by increased carbon dioxide and other human-made emissions into the atmosphere. Most of the warming occurred in the past 35 years, with 15 of the 16 warmest years on record occurring since 2001. Last year was the first time the global average temperatures were 1 degree Celsius or more above the 1880-1899 average. This change has huge consequences for the global economy; and in a country like Colombia, with an economy highly dependent on natural resources, the consequences can be felt in the natural, social and economic systems. Climate change’s influence on Colombia’s development calls for early actions to reduce human, economic and ecosystem vulnerability by adopting a development approach that makes economic growth and environmental protection compatible objectives.

Climate change is widely recognized as the most fundamental and defining challenge of our generation. The average temperature of the earth's surface is projected to increase by up to 4° C by the year 2100 in absence of impactful actions for climate change mitigation and adaptation. Climate change is inextricably linked to poverty and food security in a number of ways. Long-term changes in temperature and precipitation are likely to manifest themselves in changes to ecosystems and related environmental services. The high Andean-páramo ecosystems contain important wetland systems, which have high ecological, social and cultural value. Their sponge-like soils, uniquely adapted vegetation, wet grasslands, lagoons and lakes capture and retain water, acting as a flood buffer in the rainy season, and a steady source of water in the dry season. Decline in quality and quantity of these ecosystems affects the output of several sectors in the economy, like agriculture, industry and energy, the Economic growth rate, and

1 REDD+: Reduced Emissions from Deforestation and forest Degradation, the (+) signals the role of conservation, sustainable management of forests, and enhancement of forest carbon stocks in developing countries.

Page 14: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 14 of 149

livelihoods linked to these systems, leading to negative economic and long-term human development impacts. The National Planning Department (DNP) has estimated that the Colombian Gross Domestic Product (GDP) could be diminished by 0.49% every year due to climate change2.

The recent Paris agreement coming out of the United Nations Framework Convention on Climate Change’s (UNFCCC) twenty-first Conference of the Parties (COP 21) aims to curb global warming to less than 2C (3.6F) by the end of the century. Although the agreement will not enter into force until 2020, parties are strongly encouraged to take action to implement and support the decisions already agreed to under the agreement, including: policy approaches and positive incentives for activities relating to reducing emissions from deforestation and forest degradation (i.e. results-based payments), and the role of conservation, sustainable management of forests and enhancement of forest carbon stocks in developing countries. It also recognizes the importance of adequate and predictable financial resources, while reaffirming the importance of non-carbon benefits associated with such approaches; encouraging the coordination of support from, inter-alia, public and private, bilateral and multilateral sources3.

Colombia is a country of contrasts and contradictions. With its 1,141,748 km2 and its estimated 48.4 million inhabitants, Colombia has a per capita GDP of $8,8584 and is prepared to join the Organization for Economic Co-operation and Development (OECD) in the near future. Despite this, in 2014 Colombia for the third year in a row reported a Gini coefficient of 0.53. With this, according the United Nations Development Program (UNDP) (2015), Colombia ranked 14th on the list of countries with the worst inequality.

Under the recently concluded UNFCCC Paris Agreement, Colombia has pledged to reduce 20% of its projected GHG (Greenhouse Gas) emissions by 2030. Colombia stated in its INDC (Intended Nationally Determined Contribution) that this target could be increased to up to 30% with adequate international financial support. Even 20% is a very ambitious figure, requiring changes in the country's development model without harming economic growth or deflecting efforts from national priorities such as the peace process and overcoming poverty.

Colombia has been a strong advocate calling for international action on climate change and is committed to take action nationally despite the fact that only 0.4% of the global carbon emissions come from Colombia. The National Development Plan (NDP) 2014-2018, Chapter 10, lays out the main elements of the Colombian green growth strategy and calls on different ministries to prepare sectoral climate change mitigation and adaptation plans, develop the national plan on payment for environmental services (Objective 2, article 184) and on the Ministry of Environment and Sustainable Development (MADS), to prepare and implement the national REDD+ strategy (ENREDD). The NDP also calls for the protection and conservation of territories and ecosystems for climate change mitigation and adaptation and includes the establishment of REDD+ mechanisms in indigenous territories.

Colombia is in the final phase of the peace talks with the FARC EP, (Fuerzas Armadas Revolucionarias de Colombia -Ejército del Pueblo/ Revolutionary Armed Forces of Colombia-

2 DNP-BID (2014). Impactos Económicos del Cambio Climático en Colombia – Síntesis. Bogotá, Colombia. 3 http://unfccc.int/resource/docs/2015/cop21/eng/l09r01.pdf 4 "World Economic Outlook Database: Colombia". International Monetary Fund. October 2014.

Page 15: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 15 of 149

People's Army) a guerrilla organization who has been fighting the Colombian military forces for over 50 years, and is also beginning negotiations with the ELN (Ejército de Liberación Nacional/ National Liberation Army), a similar armed group. While a successful peace agreement will be a historic accomplishment, the end of this long-standing conflict may also bring environmental deterioration, which in turn could become a driver of social conflict in the mid-to-long term. The fact that more than 90% of the municipalities affected by the conflict have strategic ecosystems for biodiversity conservation, and the provision of environmental services under some kind of environmental protection category indicates the high degree of correlation between the “peace geography” and environmentally sustainable development challenges. Careful land use planning and effective implementation of environmental regulations is needed to avoid creating or amplifying already existing environmental conflicts, caused by poor water supply management, illegal mining, illegal logging, soil erosion and expansion of the agricultural frontier.5

C.4. STATEMENT OF WORK

C.4.1. CLIN 0001 (90% of the Requirement)

a) Goals and objectives

Through the Activity, USAID aims to support Colombian efforts towards achieving its sustainable landscape climate change mitigation goals in a post-conflict scenario, with particular emphasis on REDD+, results-based conservation and capacity development for measuring, reporting and verification (MRV), as described below.

The following are the objectives of the Activity:

1. Reduced carbon emissions from deforestation and forest degradation in the Pacific region, generating sustainable income revenue streams for Afro-Colombian and indigenous communities that are part of the USAID/BioREDD+ portfolio.

2. Reduced greenhouse gas (GHG) emissions from high Andean ecosystems (páramo, high

altitude wetlands and high Andean forest (bosque andino), while improving water management of these ecosystems and reducing related land use conflicts.

USAID/Colombia’s theory of change linking the Activity objectives with the intended outcome is that if verified conservation is an economic Activity that generates income and services for the forest communities in the Pacific and high Andean ecosystems, and if their low emissions productive activities also generate income by being part of a value chain with private sector participation and financing, then GHG emissions from their forest and agricultural activities will be reduced over time and contribute towards global climate change mitigation.

5 http://www.co.undp.org/content/colombia/es/home/library/environment_energy/los-desa os-ambientales-de-la-paz-/

Page 16: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 16 of 149

The results of the Activity implementation will be measured according to the specific guidance provided in the GCC Indicator Handbook6. At minimum, this Activity is expected to achieve the following:

(1) At least and after the second year 2.5 million/year of Greenhouse Gas (GHG) emissions, estimated in metric tons of CO2e, reduced, sequestered, and/or avoided as a result of USG assistance (#4.8.7); (2) At least $40 million of investment mobilized (in USD) for climate change as supported by USG assistance (#4.8.2-10) by the end of the Activity; (3) At least 500 farmers who have participated in multi-stakeholder decision making processes and have applied improved technologies or management practices for integrated water resources management as a result of USG assistance. The Activity will build on USAID’s environment work and coordinate with other USG initiatives and donors. The Activity will work closely with Ministerio de Ambiente y Desarrollo Sostenible / Ministry of Environment and Sustainable Development (MADS), Ministerio de Agricultura y Desarrollo Rural/Ministry of Agriculture and Rural Development (MADR), the Humboldt Institute, Department of National Planning (DNP), IDEAM, IGAC, financial institutions, the private sector, other donors, local governments and rural communities to promote sustainable rural development in harmony with the natural environment while contributing to Colombia’s climate change goals.

Objective 1: Reduced carbon emissions from deforestation and forest degradation in the Pacific region, generating sustainable income revenue streams for Afro-Colombian and indigenous communities that are part of the USAID/BioREDD+ portfolio.

Between 2013 and 2014, the poverty level in the Chocó department increased by 2.8 %, to include a total of 65.9% of the population in 20147. According to IDEAM (Colombian Hydrology, Meteorology and Environmental Studies Institute), deforestation in this department increased from 5,028 hectares in 2013, to 10,3008 hectares in 2014 (or 7.38% of the total for Colombia). Those figures give an indication of how this biodiversity hotspot region, where 79% of the population has unsatisfied basic needs, struggles to find a development path for its population without negative social, economic and environmental impacts.

Successful implementation of actions to reduce emissions from deforestation and forest degradation (REDD+), sustainable management of forests, and increased forest carbon stocks will help mitigate climate change and can produce additional benefits, particularly for climate change adaptation and also aiding poverty alleviation, biodiversity conservation, and diversification of livelihoods.

The climate change mitigation component of the USAID/BioREDD+ (Biodiversity — Reduced Emissions from Deforestation and Forest Degradation) activity supported 19 communities in the preparation of 8 REDD+ projects. BioREDD+ used a participatory process for the preparation of the REDD+ projects, together with innovative approaches to measure carbon

6 See GCC Indicator Handbook for more details on the standard indicators: http://pdf.usaid.gov/pdf_docs/PA00K4VT.pdf 7 DANE. Pobreza Monetaria y Multidimensional- 2014 8 IDEAM. Tasa de Deforestación en Colombia para 2014.

Page 17: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 17 of 149

biomass and forest degradation. These REDD+ projects were validated under VCS (Voluntary Carbon Standard) and CCB (Climate, Community & Biodiversity) standards at the Gold level in March 2015, using the VCS approved VM006 methodology, which was updated with a tool to track forest degradation. In addition to the carbon component, the projects include productive agricultural activities9/10. USAID/Colombia has a cooperative agreement with Fondo Accion (http://www.fondoaccion.org/en)11, to serve as “bridge financing” to support the implementation of the 8 REDD+ projects in preparation for the first verification and continue working on productive activities as well as on capacity development at the community level. This Cooperative Agreement will continue to support these specific value chains (acai, cacao, achiote (annatto) and coconut) and strengthen community organizations and their alliances with the private sector, aiming at leaving an established sustainable operation by the end of 2017.

Under objective number one, the Contractor is required to partner with a “REDD+ project developer” with proven prior experience and expertise in REDD+ project verification under VCS and CCB standards12 and a successful track record of selling VCUs in the voluntary carbon market at scale. As part of the sustainability strategy, it is expected that after year 5, the developer, –with the full agreement and sign off of the communities- take over the management of the projects for the remaining 20 years of REDD+ project life.

USAID/Colombia considers the achievement of the following specifications, at a minimum, as critical for attaining this Objective:

Required Result 1.1: Successful implementation, marketing and sales of the BioREDD+ portfolio (8 REDD+ projects) by a qualified and demonstrably experienced project developer. Successful verification of emission reductions on a yearly basis (or every two years-subject to market conditions)

Selling carbon credits (VCUs) at scale is usually a lengthy process, with different people and/or organizations involved. The Colombia BioREDD+ portfolio is estimated to generate around 2 million carbon credits every year. In order to have verified carbon credits to sell, the Contractor must implement the REDD+ Project Documents (PDs). The Contractor must build on the work done by BioREDD+ and Fondo Accion. The “REDD+ project developer” is required to use the VCS approved methodology VM006 and the degradation tool developed under BioREDD+ for verification of the BioREDD+ portfolio.

Selling carbon credits require legal structures for and benefit sharing mechanisms. This also requires communities on the ground with strong capacities; knowledge and skills to manage and

9 The “PDs” (Project Description documents) for the BioREDD+ projects can be found on the VCS website here: http://www.vcsprojectdatabase.org/#/pipeline. The business plans prepared for the productive activities can be found at the USAID DEC Development experience Clearing house, https://dec.usaid.gov/). 10 The business plans prepared for the productive activities can be found at the USAID DEC Development Experience Clearing House, https://dec.usaid.gov/).

11 Fondo Accion is a Colombian private non-profit organization; created in the year 2000 within the framework of the Bilateral Agreement of the Initiative for the Americas. This agreement was signed between the governments of the United States of America and the Republic of Colombia which allowed the set-up of the Account of the Americas through a debt-for-nature swap. 12 Useful background on VCS methodologies and REDD+ developers can be found in the “REDD+ developers guidebook” at http://www.conservation.org/publications/Documents/CI_REDD-Developers-Guidebook.pdf

Page 18: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 18 of 149

implement their REDD+ project. The Activity will support investment on social services and local governance, to strengthen long-term sustainability of the forest conservation initiatives (REDD+ projects).

Given the current weakness and future uncertainty regarding the global voluntary carbon credit market, the Contractor, in partnership with its selected “REDD+ project developer,” must creatively diversify the sources of income (carbon, agricultural products, non-timber forest products, and payment for environmental services) in a way that will finance project activities for the 8 REDD+ projects, even after the end of USAID support. Required result 1.2 focuses on the productive component of the REDD+ projects. These revenues will finance project activities (social impact, environmental services, sustainable products, etc.) and will be the source of funds upon which to further leverage additional creative financing arrangements (forward purchases, upfront payments, options, etc.)

Required Result 1.2: At least 4 value chains (annatto, cocoa, acai, and coconut) with their four stages –production and harvesting; packaging and transport; industrial processing; and marketing and sales- financed by a combination of public and private finance.

As part of the REDD+ projects preparation, BioREDD+ prepared business plans for agricultural products with a positive impact on forest conservation, as a complementary strategy to generate both community income and employment. The Activity will provide support to the implementation of such business plans.

Value chains with a market-based approach were designed for açai, cacao, annatto (achiote), and coconut. In all cases, value chains have been designed in partnership with an agro industrial company, as an anchor private sector partner. The proposed approach in the business plans, states that the private sector partner will own at least 51% of the partnership, while the communities must not own more than 49%. This is to ensure that the party who best knows the industrial and commercialization business makes business decisions. Under the business plans, the REDD+ communities will be providers of raw material to the processing plants, but at the same time, they will own equity in the processing plants, via carbon credits, agricultural production, credit or other options. The Activity will support the development and strengthening of these and other such alliances between the REDD+ communities and the private sector. Although the above mentioned four value chains have received support and are currently more developed, the Contractor is required to remain open to new value chain opportunities with non-timber forest products or tourism that could be implemented at scale with positive impact on the 8 REDD+ project communities and beyond under this Activity. USAID will approve the engagement in new value chains. The Contractor must implement the productive component of the REDD+ projects as “green businesses.”13 In all cases, productive activities must be in line with what is proposed in REDD+ projects (i.e. PDs).

Currently, USAID, the National Consolidation Unit (UACT) and Fondo Acción are working with investment funds (Acumen, Bamboo Finance, Root Capital, Terra Bella Colombia) to structure the financing for these projects with an approach that will benefit both communities

13 https://www.minambiente.gov.co/index.php/ambientes-y-desarrollos-sostenibles/negocios-verdes-y-sostenibles

Page 19: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 19 of 149

and generate profit for the private sector. The Contractor must follow up on these developments.

The ultimate aim of this component of the Activity is to improve livelihoods and increase carbon stocks of the REDD+ territories of participating communities and phase out USAID participation in the implementation of the 8 REDD+ projects, while leaving them as self-sustaining projects with private sector engagement and support.

Required Result 1.3: Support the design and implementation of the national REDD+ strategy and its Monitoring, Reporting and Verification (MRV) component.

Activities under this result area will provide targeted and results-based assistance to the GOC and in particular to the MADS in the preparation and implementation of the national REDD+ strategy, ENREDD+, and must be implemented in the framework of the SISCLIMA (Sistema Nacional de Cambio Climático/ National system for Climate Change). This will include support for improved governance as well as the development of informational tools that will allow the GOC to track trends in emissions; supporting REDD+ and other forest carbon work at the national and sub-national levels.

The Ministry of Environment has already prepared a draft REDD+ strategy that needs to be finalized and implemented. The Activity will strengthen IDEAM and MADS capacity to use forest and terrestrial carbon monitoring methodologies and technologies as part of the MRV system.

The Contractor must work closely with the GOC (MADS, IDEAM, IGAC, Humboldt institute, Regional Environmental Authorities -CARs-) and relevant civil society organizations to implement the national REDD+ strategy to reduce and sequester GHG emissions on the ground. The Activity will place special emphasis on community-level REDD+ work in forest lands that are administered by ethnic groups (Indigenous, Afro-Colombian).

Objective 2: Reduced greenhouse gas (GHG) emissions from high Andean ecosystems: Páramo, high altitude wetlands and high Andean forest (bosque andino), while improving water management and reducing land use-related conflicts.

The high Andean ecosystems are considered to be strategic ecosystems due to the environmental services they provide, mainly water provision and regulation and as carbon sinks, both in vegetation and soil (peatlands). They are also important for biodiversity conservation. According to IDEAM14, páramos cover 1.7% of the land surface of Colombia and provide fresh water for cities where 70% of the population lives. Generally speaking, the high Andean Forest (bosque andino) starts at around 2,800 meters above sea level. Notwithstanding all the environmental services these mountain ecosystems provide, land-use conflicts are common. Páramos have been threatened for many years by a large number of human and natural factors. Some of these factors are agricultural encroachment, uncontrolled fires, overgrazing, ill-planned regional development projects, global warming and mining. Reduced carbon emissions and increased carbon stocks in these ecosystems, can come from changes in

14 IDEAM, IAvH, Invemar, SINCHI e IIAP Tomo 2: Estado de la Biodiversidad, de los ecosistemas continentales, marinos, costeros y avances en el conocimiento. Informe del Estado del Medio Ambiente y los Recursos Naturales Renovables 2011.Bogot., D. C., 2013. 268 pag.

Page 20: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 20 of 149

land use and management practices.

Article 5 of the recent COP 21 “Paris declaration15” states that: “Parties are encouraged to take action to implement and support, including through results-based payments, the existing framework as set out in related guidance and decisions already agreed under the Convention for: policy approaches and positive incentives for activities relating to reducing emissions from deforestation and forest degradation, and the role of conservation, sustainable management of forests and enhancement of forest carbon stocks in developing countries; and alternative policy approaches, such as joint mitigation and adaptation approaches for the integral and sustainable management of forests, while reaffirming the importance of incentivizing, as appropriate, non-carbon benefits associated with such approaches.”

Along the same lines, the 2014-2018 Colombian NDP (National Development Plan) (Articles 172,173 and 174), calls for action on wetlands, páramos and strategic ecosystems for conservation or for the implementation of payments for environmental services (PES)16. This policy guidance strengthens the framework for PES. DNP, in coordination with MADS, is preparing a Consejo Nacional de Política Económica y Social (CONPES) document on PES, proposing institutional and financial arrangements for PES.

Under this component, USAID seeks to trigger sustainable change in land use and agricultural practices. To this end, “payment for results”17 mechanism can include a variety of instruments, like incentives and payment for environmental services. Payments for results are not necessarily needed indefinitely; therefore these mechanisms need to consider how payments can be used as transitional finance, and be integrated into broader low emissions development methodologies that include forest conservation and enhancement. It is expected at least a 20% emissions reduction by the end of the Activity life cycle in the targeted ecosystems, contributing towards the INDC made by Colombia at the Paris COP in 2015.

To address the current development challenges, creative ways to address development finance are now needed. A country like Colombia needs foreign aid less and less as incomes rise and the economy grows. Private investment and finance tools are key to support Colombia in reaching its development goals, while addressing climate change challenges. This means shifting from a donor-recipient aid relationship to win-win partnerships involving public and private actors.

Generating new or supporting existing results-based economic opportunities with a value chain approach in communities living in or around high Andean ecosystems (páramo buffer zone) is a key component of the Activity. These economic opportunities will also be approached within the framework of the program “green and sustainable business” led by MADS. Coordination and collaboration is also expected with the MADR and its Rural and Agricultural Planning Unit (UPRA). Synergies and leverage from other private/GOC sources are encouraged. The Activity must concentrate its efforts in geographical areas that i) make sense for efficiency and economy

15 https://unfccc.int/resource/docs/2015/cop21/eng/l09r01.pdf 16 PES is defined as a voluntary transaction for a well-defined ecological service, with at least one buyer, at least one provider, and based on the condition that the buyer(s) only pay if the provider(s) continue to deliver the defined ecosystem service over time. For additional information please go to http://www.unep.org/pdf/PaymentsForEcosystemServices_en.pdf 17 See this resource on US experience on Results Based Finance: http://www.fcmcglobal.org/documents/Results_Based_Finance.pdf

Page 21: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 21 of 149

of scale and ii) deliver results at scale, so it can actually show concrete impact on climate change mitigation and water management at the end of the Activity iii) reduce land-use related conflicts while having a positive impact in mitigating climate change (reduced deforestation and natural ecosystems transformation). USAID/Colombia considers the achievement of the following specifications, at a minimum, as critical for attaining this Objective:

Required Result 2.1: A results-based mechanism for GHG emission reduction in high Andean ecosystems (high Andean forest (bosque andino), Páramo and high altitude wetlands) designed and implemented generating economic benefits for communities, through market-based opportunities.

Communities living in or around strategic ecosystems18 tend to respond positively when offered support to design and implement a viable alternative livelihood that protects the natural environment. Results-based mechanisms usually are tailor-made to address a specific set of conditions. Results can be measured in more than one complementary way but the ultimate interest is to track the GHG emission reductions or carbon sequestration resulting from these mechanisms. When feasible, these emission reductions could be reported as a contribution to the INDC made by the GOC at the Paris COP 21, but not necessarily transacted in voluntary or compliance carbon markets.

MADS is currently in the process of defining the boundaries of the páramo ecosystem which have been protected under Colombian law. This delimitation process has been a source of conflict, when existing economic activities essentially become illegal under the newly established protection category.

The contractor will design and implement a results-based mechanism for GHG emission reduction in high Andean ecosystems (high Andean forest (bosque andino), Páramo and high altitude wetlands) that generates economic benefits for communities, through market-based opportunities. The Activity will abide by the Colombian legislation when designing and implementing this results-based mechanism, thus actions on the ground to be supported will have to take into consideration allowable activities under the approved land-use planning documents. The Contractor must coordinate with the MADS on strategic ecosystems boundaries.

When designing results-based mechanisms for conservation, the contractor will take into account the various aspects of results-based finance under the UNFCCC guidance: i) types of mechanisms (market and non-market based approaches); ii) sources (public, private, innovative/alternative, etc.); iii) what results are financed/paid for; iv) conditions to receive finance (having a national plan, reference [emission] level, monitoring and reporting, safeguards, etc.); v) governance (who manages what aspects); and vi) enabling conditions (what is needed for it to work in practice). Actual payments with USAID funding can only be made for up to three (3) years and with a minimum leverage of 3:1 (3 private or public funds and 1 USAID).

18 Strategic ecosystems are understood as areas that directly support the improvement of environmental conditions and social well-being.

Page 22: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 22 of 149

While economic opportunities could come directly from conservation activities or environmental services (like water flow regulation, biodiversity conservation, risk reduction, and soil protection and productivity), USAID also encourages the development of value chains with private sector participation, where some form of industrial processing is made to add value to the agricultural product and where communities get a fair share of that additional value. Given that it is legally prohibited under Colombian law, the Activity will not promote or support any new agricultural development within the páramo ecosystem. Productive activities will only be supported in areas where it is currently legally authorized. Where relevant, results-based mechanisms will take into account the policy guidance provided by the CONPES on PES.

This component of the Activity aims also at improving water management in the target areas. This includes a proper enabling environment that ensures the rights and assets of all stakeholders (individuals as well as public and private sector organizations and companies, women as well as men, the poor as well as the better off), and protects public assets such as intrinsic environmental values. The Contractor must design its water-related actions with an Integrated Water Resources Management (IWRM) approach.

The financial mechanisms and institutional arrangements proposed for these results-based mechanisms will have to be sustainable without USAID funding after the end of this Activity. The Contractor can build on existing initiatives. Support to such initiatives could only be done after thorough analysis, including sustainability and impact on climate change mitigation.

Required Result 2.2: Increased carbon sequestration in target ecosystems

USAID Páramos & Forests’ activities under this component must have an impact on reducing GHG emissions, and for this, the definition of the baseline is a key activity. This will allow keeping track of the progress towards the end result, measured in tons of CO2 captured. The baseline is the “business-as-usual” reference for GHG emissions that would have occurred if there had been no USAID intervention. This figure is usually a calculated estimate, and typically not a result of direct emissions measurements.19 The Contractor must develop a cost effective approach towards MRV and develop the baseline in close coordination with IDEAM.

Emission reductions generated under this Activity must be reported also to the GOC, as a contribution to the national emission reduction targets.

Besides keeping track of Tons of CO2 captured, success can also be measured by projected greenhouse gas emissions reduced or avoided from adopted laws, policies, regulations, or technologies related to sustainable landscapes as supported by USAID assistance. It is expected at least a 20% emissions reduction by the end of the Activity life cycle in the targeted ecosystems, contributing towards the INDC made by Colombia at the Paris COP last year.

Required Result 2.3: Improved capacity of IDEAM for Measuring, Reporting and Verification (MRV) and improved coordination with the Ministries of Environment and Agriculture, Humboldt Institute and Geographic Institute Agustin Codazzi (IGAC)

19 http://pdf.usaid.gov/pdf_docs/PA00K4VT.pdf

Page 23: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 23 of 149

Keeping track of the changes on forestry and other land uses has been a challenge for the GOC, since the ECDBC (Spanish acronym for ‘Colombian Strategy for Low Carbon Development’) did not include the AFOLU sector in the first phase. Despite this, Colombia has made significant progress in characterizing and reporting on these emissions using the 2006 Intergovernmental Panel on Climate Change (IPCC) methodology. IDEAM faces several challenges ahead to support the GOC in keeping track of its progress towards reducing the GHG emissions by 20% by 2030. Currently IDEAM is developing a national forest inventory as part of the national MRV system. The Activity will provide technical assistance to improve IDEAM’s capacity: i) for MRV, at national level ii) to effectively coordinate with other GOC relevant entities (Ministries of Environment and Agriculture, Humboldt Institute and Geographic Institute Agustin Codazzi (IGAC) the production, analysis and dissemination of climate change mitigation-related data and iii) to lead and manage the Information Committee, in the framework of the national system for climate change (SISCLIMA). Opportunities to match disaster risk mitigation with emission reduction activities are encouraged.

The Activity will also provide support to IDEAM on the national forest inventory for high Andean Ecosystems and will have an emphasis on MRV on Andean ecosystems. This will include field and capacity development activities. Coordination with the Humboldt Institute is expected to build on the results of the “Colombia Anfibia” (Amphibian Colombia) project. This is a key activity in the framework of the national MRV system and will contribute in achieving Required Result 2.2 of this Activity.

C.4.2. CLIN 0002 (10% of the Requirement) - Supplemental Technical Assistance In addition to the activities described in C.4.1 and in accordance with Section B.2 of this contract, the Contractor must respond to unanticipated events impacting on or related to the achievement of the objectives set forth in the contract statement of work using the Supplemental Technical Assistance ordered by the Contracting Officer in accordance with Section F.8. The Contractor must rapidly respond to additional needs of USAID/Colombia using Supplemental Technical Assistance ordered by the CO under a Request for Task Order Proposal (RFTOP). Supplemental technical assistance is intended primarily to respond to emerging, unanticipated priorities on biodiversity conservation work by the GOC and/or USG, but may also be used to support specific opportunities that present themselves in favor of sustainable landscape climate change mitigation goals in accordance with Section C. The range of activities to be performed under this CLIN, may also require the Contractor to propose to USAID/Colombia additional or different approaches within the SOW to demonstrate flexibility and to accommodate changes. Should a peace accord be signed between the GOC and the FARC and/or ELN guerrillas, the Contractor will need to be prepared to accommodate Activity changes as directed by the CO and COR. Supplemental capacity may be required in any of the subject areas covered by the contract and any subsequent modifications. Activities may include technical assistance, training, logistics support, preparation of reports, monitoring,

Page 24: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 24 of 149

planning, analysis and assessments; as well as promoting dialogue between stakeholders and partners.

C.5. GEOGRAPHIC FOCUS

This Activity will be implemented in the following geographies:

Objective 1: The geography is defined by the 8 REDD+ projects, with 4 nodes: Tumaco, Buenaventura, Bajo Baudó and Carmen del Darien.

Objective 2: This component will be implemented in high Andean ecosystems (Páramo, high altitude wetlands and high Andean forest (bosque andino); The Contractor will work in the following geographies: 1) Anaime- Chilí river – Barragan Páramo; Tolima 2) Tota lake basin; Boyacá, 3) Cumbal Páramo, Nariño 4) Tona, south Santurbán, Santander. Final site specific locations within these regions will be defined by USAID and the Contractor, in close coordination with Humboldt Institute and the MADS. In selecting the final locations, the Contractor must abide by the latest legislation on Páramos and its allowable activities. The geography for Required Result 2.3 is nationwide, dependent on where the ecosystems Andean forest (Bosque Andino), Páramo and high altitude wetlands are located.

C.6. SPECIAL CONSIDERATIONS

C.6.1. Budget Considerations

A. Grants Under Contracts The purpose of the Grants Under Contract (GUC) component is to promote innovative alternatives to facilitate technical assistance, innovative and inclusive business models, and innovative ways to support sustainable development initiatives that have an impact in mitigating climate change. To manage local grants, the Contractor will develop and administer a Grants Under Contract system. The Grants Under Contract element must comply with all applicable provisions of ADS 302.3.4 and its total value will not exceed $6,000,000 within CLIN 0001.

GUCs can be used as an Activity implementation mechanism as the Contractor deems appropriate, subject to the GUCs approval requirements contained herein. No construction - as defined in FAR 2.101 and ADS 303maw - will be done via GUCs.

The Contractor is responsible for negotiating, awarding, and monitoring awards made under the grants component in accordance with USAID policies. The COR will approve the selection criteria in accordance with the approved grants manual. B. Build on Achievements to Date The Contractor must build upon and learn from other projects already completed and relationships already established over the course of the past ten years with USAID support provided under the MIDAS, Connected Landscapes and BIOREDD+, including publications and materials produced, as well as persons trained. To the extent possible, those projects and

Page 25: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 25 of 149

relationships should provide a resource for continuing and future initiatives. All relevant documents are available at the USAID DEC (https://dec.usaid.gov/dec/content/search.aspx), under the keyword “Bioredd”. C. Climate Change This Activity must be robust in the face of potential climate change impacts. In 2014 U.S. President Barack Obama issued an Executive Order on Climate-Resilient International Development which directs federal agencies to systematically factor climate resilience into their international development programs and investments. Therefore, the Contractor must identify expected climate change impacts over the life of the Activity’s expected benefits and demonstrate how those risks will be reduced in order to ensure sustainability of the Activity’s objectives.

D. Colombia Sostenible Announced by President Santos at the Paris UNFCCC meeting in December 2015, Colombia Sostenible is the GOC’s flagship peace and environment initiative, framed under CONPES 3850 of 2015. The Activity should align with Colombia Sostenible’s development priorities (https://apccolombia.gov.co/index.php?idcategoria=2885). E. Activity contributions to USAID/Colombia Country Development Cooperation

Strategy (CDCS) Colombia more capable of successfully implementing a sustainable and inclusive peace is established in the USAID/Colombia Country Development Cooperation Strategy (CDCS) as the overall goal for U.S. development assistance in Colombia. The Activity will contribute directly to the achievement of the CDCS Development Objective 4 (DO4) and these associated sub-results: DO4: Environmental resiliency and low-emissions development strengthened • IR 4.1 Natural resource management improved

o Sub IR 4.1.2 Conservation of biodiversity promoted. • IR 4.2 Mitigation of greenhouse gas emissions increased.

o Sub IR 4.2.2 Low emission rural development supported. • IR 4.3 Increased resilience to the consequences of a changing climate

o Sub IR 4.3.1 Use of forecast technologies, tools, and approaches for building climate change resilience increased.

o Sub IR 4.3.2 Use of ecosystem-based adaptation for decision making at the regional level increased.

Page 26: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 26 of 149

There are clear synergies and linkages between the Activity and other DOs/IRs under the CDCS, particularly with DO3 - Improved Conditions for Inclusive Rural Economic Growth. F. Consistency with the United Nations Sustainable Development Goals (SDGS) On September 25th 2015, countries adopted a set of goals to end poverty, protect the planet, and ensure prosperity for all as part of a new sustainable development agenda. (https://sustainabledevelopment.un.org/sdgs). Each goal has specific targets to be achieved over the next 15 years. Actions under this Activity must be aligned with the SGDS, particularly with goals 5 on gender equality, with goal 13 on climate action and with goal 15 on life on lands (sustainably manage forests, combat desertification, halt and reverse land degradation, halt biodiversity loss). G. Coordination with U.S. Embassy-USAID/Colombia, GOC and other Donors USAID will take the lead in coordinating the Activity with the U.S. Embassy, GOC and other Donors/Embassies. The Activity must aim to coordinate to the highest extent possible with existing USAID activities. This goes beyond the extensive environmental portfolio and includes all USAID activities operating in shared geographies. The Contractor must plan and carry out activities with a clear understanding of the scope and impacts of other donor or lender efforts in the environmental sector so as to avoid duplication or inconsistencies in efforts, leverage maximum impact, and identify opportunities for joint implementation or collaboration. H. Coordination with other USAID/COLOMBIA activities

Due to the nature of this Activity, USAID foresees it mutually complements other activities in the USAID/Colombia Mission’s portfolio. The Contractor will coordinate closely with other Mission activities that have direct or indirect involvement in this thematic area. There are different activities that can be carried to achieve coordination. USAID/Colombia does not intend to prescribe or limit the types of activities that can occur as it depends on the thematic area, geographic scope, phase of the Activity, etc. Rather, this language is included so that coordination is taken into consideration as part of programming and implementation.

I. Environmental Earmark(s) All funds for this Activity will come from funds earmarked for environmental activities. All Activity initiatives will adhere to earmark definitions provided for each fiscal year. Additional information during contract implementation will be provided by the COR.

J. Gender Equality, Female Empowerment and Vulnerable Populations

Page 27: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 27 of 149

Gender and vulnerable populations must be integrated throughout the design and implementation of the Activity. Gender equality and women’s empowerment are central to environmental decision-making and sustainable development. Women play an essential role in the management and protection of natural resources, including soil, water, forests and energy. Yet research has shown that men and women use resources differently. Women have unequal access to resources, often do not have the rights of ownership, and do not have sufficient outlets of decision making for these resources. To be effective, strategies to preserve the environment must therefore pay close attention to the impact of disparities between women and men on access to and management of resources, and recognize opportunities for further engagement of women. Specific interventions may include: • Ensure that both women and men have equal access to funds made available through

benefit sharing mechanisms supported by the Activity. • Promote entrepreneurship of women in productive activities. • Capacity building for women groups to participate effectively in climate change mitigation

practices and processes.

K. Land tenure REDD+ activities, PES and other types of results-based mechanisms need to take into account land tenure rights. During implementation, the Contractor will be required to propose ways to work with the relevant GOC entities to make sure land tenure issues do not constrain Activity implementation. L. Mobilizing Non-USAID resources The Contractor must seek opportunities to mobilize non-USAID resources in support of the Activity’s objectives and to enhance the impact of the Activity results. There is no required target level of resources to be leveraged but a strong commitment to a leveraging based approach must be a key consideration during implementation of the Activity. Any such mobilization during implementation must be tracked and reported based on an established, clear methodology. USAID/Colombia does have a standard indicator that will be required to be used to measure non-USAID resource mobilization. M. Partnership Based approach The Contractor will need to closely coordinate with relevant GOC entities at the national, regional and local level (including MADS, IAvH, MADR/UPRA, CARs, Regional Governments and Municipalities and the newly created ART and ADT), the private sector and civil society (local NGO’s and communities). Colombia has strong central institutions, a robust environmental civil society (including in-country affiliates of the major U.S. international environmental organizations), as well as regional and local governments that are central to successfully achieving peace and sustainable development in Colombia. Both sub-regions selected for this Activity have

Page 28: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 28 of 149

important advances from civil society and public organizations on biodiversity conservation for the ecosystems prioritized that must be considered to scale up, avoid duplication or increase the impact of these efforts. Partnership implies more than assigning a specific task to another organization or incorporating one or two of their staff into the Contractor's implementation team. A robust partnership involves incorporating partners in the design and annual planning of the Activity; assigning them a piece of the Activity through which they have the responsibility and resources to fully demonstrate their organizational capacity and expertise. The role of the Contractor in the partnership is one of strategic leadership, integration of partners’ efforts, overall management responsibility, and accountability for results; in addition to the direct implementation of components of the Activity not delegated to partners. Partnerships with Local Organizations contribute to the Activity’s sustainability through the strengthening and appropriation of local organizations on the processes and results developed under the Activity. The Activity must have the ability to establish different types of partnerships: • Private Sector: The primary objective of private sector partnerships is to bring their

‘know how’ into the Activity as well as to leverage their core business interests (i.e. markets) for sustainability.

• Civil Society: Partnering with NGOs, universities and other civil society organizations will allow the Activity to leverage these organizations’ experience and knowledge as well as resources.

• Public Sector: Partnerships with the different levels of public sector entities will primarily be focused on coordination and collaboration, rather than on financial support. Where feasible, work should facilitate access to public funds, such as the Colombian ‘regalías’.

There is no required number of partnerships but a strong commitment to a partnership based approach is a key consideration during implementation of the Activity.

N. Science, Technology, Innovation and Partnership (STIP) USAID has a strong commitment to STIP based approaches and solutions. Environmental issues inherently require a STIP based approach. Therefore, the Contractor must make clear the role STIP plays in its overall approach during implementation.

O. Security Strategy Security remains a key concern for USAID/Colombia partners operating in conflict-affected regions, particularly given the expanded focus on rural areas. While the security landscape is currently complex, it is likely to become even more complex in a post-accord scenario where different illegal actors are likely to vie for power while state actors also try to expand their presence. Security conditions and territorial stability can fluctuate over time; therefore it is required for the Contractor to develop a security strategy which carves in flexibility in order to be able to respond efficiently. The security strategy must have a “Security for Development”

Page 29: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION C

Page 29 of 149

approach with a security risk mitigation plan and information systems to support the Activity implementation. Prior to commencing work in Colombia, the Contractor must ensure that it has adequate procedures in place to advise its employees of situations or changed conditions that could adversely affect their security.

[END OF SECTION C]

Page 30: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION D

Page 30 of 149

SECTION D– PACKAGING AND MARKING

D.1. AIDAR 752.7009 MARKING (JAN 1993)

(a) It is USAID policy that USAID-financed commodities and shipping containers, and project construction sites and other project locations be suitably marked with the USAID emblem. Shipping containers are also to be marked with the last five digits of the USAID financing document number. As a general rule, marking is not required for raw materials shipped in bulk (such as coal, grain, etc.), or for semi-finished products which are not packaged.

(b) Specific guidance on marking requirements should be obtained prior to procurement of commodities to be shipped, and as early as possible for project construction sites and other project locations. This guidance will be provided through the cognizant technical office indicated on the cover page of this Contract, or by the Mission Director in the Cooperating Country to which commodities are being shipped, or in which the project site is located.

(c) Authority to waive marking requirements is vested with the Regional Assistant Administrators, and with Mission Directors.

(d) A copy of any specific marking instructions or waivers from marking requirements is to be sent to the CO; the original should be retained by the Contractor.

D.2. BRANDING IMPLEMENTATION PLAN AND MARKING PLAN

The cover page of all report deliverables required in Section F must include the USAID Identity (or the name of the Agency written out) prominently displayed, the Contract number (see the cover page of this Contract), Contractor name, name of the responsible USAID office, the publication or issuance date of the document, document title, author name(s), Activity number, and Activity title, “USAID Páramos and Forests”. Descriptive information is required whether Contractor-furnished products are submitted in paper or electronic form. All materials must include the name, organization, address, and telephone/fax/internet number of the person submitted the materials. Co-branding and no branding will only be considered on a case-by-case basis as deemed appropriate by the COR and the CO. The Contractor must comply with the requirements of the USAID “Graphic Standards Manual” available at www.usaid.gov/branding, or any successor branding policy as detailed in ADS 320 and referenced in Attachment 2 and Attachment 3. The Contractor must follow the approved Branding Implementation and Marking Plan submitted on [date TBD] and incorporated into this Contract as Attachment [TBD].

[END OF SECTION D]

Page 31: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION E

Page 31 of 149

SECTION E – INSPECTION AND ACCEPTANCE

E.1. NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE in Section I of this contract. Full text of the FAR clauses is available at https://www.acquisition.gov/far/ and full text of the AIDAR clauses is available at http://www.usaid.gov/ads/policy/300/aidar and http://www.usaid.gov/ads/policy/300/300.

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1)

NUMBER TITLE DATE 52.246-5 INSPECTION OF SERVICES-COST REIMBURSEMENT APR. 1984

E.2. INSPECTION AND ACCEPTANCE

USAID inspection and acceptance of services, reports and other required deliverables or outputs will take place at USAID/Colombia or at any other location where the services are performed and reports and deliverables or outputs are produced or submitted. The COR listed in Section G has been delegated authority to inspect and accept all services, reports and required deliverables or outputs.

[END OF SECTION E]

Page 32: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 32 of 149

SECTION F – DELIVERIES OR PERFORMANCE

F.1. NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE, in Section I of this Contract. See http://acquisition.gov/far/index.html for electronic access to the full text of a clause.

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1)

NUMBER TITLE DATE 52.242-15 STOP-WORK ORDER AUG 1989 52.242-15 ALTERNATE I APR 1984

F.2. PERIOD OF PERFORMANCE

a. The period of performance for the contract is seven years from [TBD] to [TBD]. b. The period of performance for CLIN 0001 is five years from [TBD] to [TBD]. c. The ordering period for TOs (CLIN 0002) is from [TBD] to [TBD]. d. TOs (CLIN 0002) may be issued at any time during the ordering period and must end by [TBD]. Although TOs may be issued during the ordering period provided in paragraph c. above, the maximum period of performance will be no more than five years and not exceed the end date provided in paragraph d. above. For example, TOs issued in years 1 and 2 may have a five year performance period whereas the TOs issued in years 3, 4 and 5 may have less than five year period given the end date provided in paragraph d. above.

F.3. PLACE OF PERFORMANCE

The place of performance under this contract will be Colombia.

F.4. PERFORMANCE STANDARDS

Evaluation of the Contractor's overall performance will be conducted on an annual basis jointly by the COR and the CO, and will form the basis of the Contractor's permanent performance record with regard to this contract. The following general performance standards will form the basis of the evaluation for the Contractor Performance Assessment Report (CPAR):

1. Quality of Product and Service 2. Schedule 3. Cost Control 4. Management

Page 33: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 33 of 149

5. Regulatory Compliance

F.5. KEY PERSONNEL AND NON-KEY PERSONNEL

(a) The key personnel that the Contractor must furnish for the performance of this contract are as follows: Position Title: Chief of Party (COP) Position Title: Deputy Chief of Party (DCOP) Position Title: Objective Two Manager (OTM) Position Title: Grants Manager (GM) The overall team of Key Personnel in the aggregate must, at a minimum, have significant experience in international and regional development projects in Central and/or South America (preferably within Colombia) that is focused on carbon financing, REDD+, agricultural value chains, private investment, conservation, “páramos”, leadership, management and relevant technical expertise and associated experience appropriate for completion of the SOW.

(b) Key personnel are considered essential to the work being performed under this contract. The Contractor will provide key personnel fully dedicated (100% level of effort) for the term of this contract unless otherwise approved by the CO. Each key person will be under the direct supervision of the prime Contractor (not under a subcontractor), unless otherwise approved by the CO.

(c) Failure to provide key personnel may be considered nonperformance unless such failure is beyond the control of the Contractor. All individuals listed as Key personnel must reside in Colombia for the duration of the Activity.

(d) The Contractor must immediately notify the CO and the COR of any key personnel’s departure and the reasons therefore. The Contractor must promptly propose a replacement for each vacated position. The proposed replacement must possess qualifications at least comparable to those qualifications of the proposed key person included in the Contractor’s final proposal. A budget impact statement must also be submitted in sufficient detail to permit evaluation of the impact on the program.

(e) The Contractor must not replace any of the key personnel without the prior written approval of the COR.

(f) USAID reserves the right to adjust the number of key personnel during the performance of this contract.

F.5.1. Chief of Party – COP The COP will serve as the primary point of contact with USAID/Colombia with regard to day-to-day implementation and management matters relating to the award. The COP will have overall responsibility for the contract ensuring quality control, the appropriateness and overall responsiveness of all activities performed under the contract, whether by long- or short-term

Page 34: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 34 of 149

advisors or others. S/he will provide strategic vision and will manage relationships with high level GOC and USG counterparts as well as private sector representatives. Required qualifications: • University post graduate degree (M.Sc./PhD) in natural or related science, administrative science and at least twelve years of experience with development projects; • Fluent in Spanish (Level III) and English (Level IV); • A demonstrated track record of progressively responsible managerial experience implementing complex projects with multiple activities and prior leadership roles for activities of similar complexity. • Previous experience in developing collaborative working relationships with counterparts and other Contractors; preferred experience working with GOC and/or international organizations and donors. This also entails: monitoring, evaluating and documenting progress toward meeting project objectives; evaluating sub-contractor and grantee activities through consultative meetings, site visits and reporting requirements; working out solutions to keep activities on track; and providing overall guidance and direction focusing the Activity team on achieving agreed-upon targets and objectives; and • Proven experience leveraging private sector financing for forest or ecosystems conservation activities.

F.5.2. Deputy Chief of Party – DCOP It is preferred that the skills of the DCOP complement and not duplicate the skills of the proposed COP, based on a similar general set of qualifications as above, but increasing and diversifying management capacity. Required qualifications: • Proven knowledge and experience on the climate change context (nationally and internationally), particularly on REDD+ and financial instruments for forest conservation. • A master’s degree in a relevant social or administrative science and at least seven years of experience with development projects; • At least three (3) years of experience working with Afro-Colombian and indigenous communities in Colombia. • Demonstrated commitment to customer service and ability to fluently interact with rural and forestry communities • Extensive experience with monitoring and evaluation of donor-funded projects, • Proven leadership and organizational skills, successfully managing, administering and coordinating large and diverse work groups is preferred; • Knowledge of management processes and systems, such as human resources management and development (including performance evaluation) is preferred; • Excellent writing skills; • Knowledge of financial management, and management of employee compensation systems is preferred; and • Fluent in Spanish (Level IV) and English (Level III)

Page 35: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 35 of 149

F.5.3. Objective Two Manager – OTM

The OTM will be responsible for leading the team toward achieving the expected results under objective two. Required qualifications: • Proven knowledge and understanding of the socio-economic dynamics in the Colombian Andean ecosystems. This includes the current legal context of the páramos in Colombia. • Demonstrated expertise in Andean ecosystems, specifically Andean forest (bosque andino), Páramos and wetlands. • A master’s degree in a relevant environmental or social science and at least three years of experience with Andean ecosystems; • Demonstrated successful experience on results-based payment systems. • Strong experience with financial instruments for ecosystem conservation, • Proven leadership and organizational skills and successfully managing and coordinating large and diverse work groups; • Knowledge of management processes and systems, such as human resources management and development (including performance evaluation) is preferred; • Fluent in Spanish (Level IV) and English (Level III); • Experience on agricultural value chains with market-based approaches is desired; and • Strong managerial, administrative, writing skills and extensive M&E experience is preferred.

F.5.4. Grants Manager – GM The Grants Manager (GM) will be responsible for overseeing the administrative and financial management and accountability requirements associated with the implementation of grants at the local level, as well as the process of solicitation, competition and close out for subcontracts/GUCs and programmatic short-term technical assistance (STTA). Required qualifications: • A bachelor’s degree in a social, financial or engineering discipline; • At least seven years of experience in the administration of sub-grants, and sub-contracts for international development projects, as a senior staff member; • Experience working with Colombian civil society or private sector associations on issues related to development, governance and accountability; • Fluent in Spanish (Level IV) and English (Level IV); • Experience with USG or international procurement policies and regulations is highly desirable; and • A Colombian national is preferred. Non-key Personnel

Page 36: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 36 of 149

Although not key personnel, USAID expects to see the following positions identified in the Contractor’s staffing plan: • Monitoring and Evaluation expert • Environmental expert • Communications expert

F.6. REPORTS AND OTHER DELIVERABLES

In addition to the requirements set forth for submission of reports in this section of the contract, and in accordance with AIDAR 752.242-70, Periodic Progress Reports, the Contractor must submit reports, deliverables or outputs as further described below to the COR specified in Section G. All reports and other outputs must be in the English language, unless otherwise specified by the COR. See also AIDAR 752.211-70, Language and Measurement (June 1992), which is incorporated by reference into this contract. All Activity outputs and deliverables will be submitted to the COR in an electronic format. Work Plans and Reports will align with the U.S. fiscal year. Hard copies may be requested on a case-by-case basis as deemed appropriate by the COR. Additionally, all data generated under this contract will be reported in accordance with USAID’s Open Data policies as described in Section H under “submission of Datasets to the Development data Library (DDL)”.

F.6.1. Rapid Mobilization Plan The RMP must include a plan for a rapid start-up of activities covering the first 90 days of the contract. The RMP must describe the Contractor’s plan to ensure timely establishment of its office(s). It should also address benchmark technical, management, and logistical (vehicle, office space, etc.) requirements that include: (1) plans for establishing the project office in Colombia; (2) plans for staffing; and (3) planning and schedule for the prompt mobilization of the Chief of Party (COP) and other key personnel. Expatriate personnel will not travel to Colombia until notified to do so by the Contracting Officer. Due date: 25 calendar days after contract award.

F.6.2. Annual Work Plan (AWP) The annual work plan (AWP) details how the Contractor will use the work plan year effectively to achieve the award’s objectives. The AWP serves as a detailed guide to program implementation and, once approved, represents an agreement as to the nature and timing of discrete tasks and interventions. Discrete tasks include training events, workshops and seminars, learning events, outreach events, and information dissemination activities such as publications and reports. It is essential that the AWP be concise so as to ensure that it will be a simple reference tool for the implementer to track progress against the approved implementation schedule, and for USAID to monitor and evaluate performance through the work plan year and to

Page 37: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 37 of 149

ensure that award objectives are accomplished on time, on budget, and in accordance with expectations. Each AWP will form the basis for an annual management review conducted by USAID and program staff to assess program directions, priorities, achievements, and prior year implementation results, as well as management and implementation impediments, and to make recommendations for revisions Annual work plans will identify a logical sequence of steps to be undertaken to implement each program component and must include an associated timetable. The Contractor may not include interventions in the AWP that fall outside the parameters of the SOW. The AWP, at a minimum must include: a. Proposed interventions, accomplishments and progress towards achieving results for the given year; b. Corresponding schedule depicted on a Gantt chart and level of effort required to complete the interventions; c. Description and estimate of amounts of short-term technical assistance, training, and other support resources that would be required to provide the assistance proposed; d. Detailed budget for implementation including illustrative budget breakdown per proposed intervention; e. The anticipated outputs and outcomes from each intervention conducted; f. A gender and vulnerable populations strategy describing how gender and vulnerable population’s considerations will be integrated into program implementation and monitoring and evaluation. The plan should describe how interventions will be planned, structured, implemented and evaluated to ensure gender and vulnerable populations’ considerations are identified and prioritized as an essential element of discrete interventions to maximize the sustainability and impact implementation efforts, and contributors to the success of the Activity. g. The identification of any assumptions used in preparing the work plan, as well as suggested alternatives if necessary and the methods to assess whether the assumptions hold true; h. The anticipated risks with regard to achieving the anticipated objectives of the contract and how they will be mitigated; i. Any specific award terms or conditions that interfere with maximizing the developmental impact of the award; and j. The strategies and approaches the Activity will adopt in coordinating and collaborating with other USAID activities/projects, relevant host country governments and other line agencies, local governments and other relevant stakeholders implementing projects in the same geographic locations; and The first AWP will cover the period from the Contract effective date through the end of the next U.S. fiscal year (FY) (i.e. through September 30, 2017). Subsequent AWPs will cover the Activity from October 1 through September 30. If acceptable, the COR will provide a written approval of the final AWP to the Contractor. Failure to have an approved AWP in place may be viewed as a failure to comply with essential terms and conditions of the contract. Significant deviations to the approved AWP will require the additional prior written approval of the COR (and may require a revision to the approved AMEP). The AWP must not exceed 20 pages.

Page 38: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 38 of 149

Due date: Initial Work plan - 60 calendar days after contract award Subsequent AWP – 45 calendar days before the end of each U.S. FY

F.6.3. Activity Monitoring and Evaluation Plan (AMEP) The Contractor is required to have an Activity Monitoring and Evaluation Plan (AMEP) capable of tracking and documenting progress against the Activity objectives and results. The AMEP reflects the award progress over the life of the Activity and is a critical tool for planning, managing, documenting, and evaluating performance. The AMEP must be reviewed and validated annually, and revised when appropriate in consultation with the COR. The AMEP will describe the M&E tasks for the Activity, the composition of staff/personnel needed to carry out such tasks with the level of effort and costs, and an overview of the strategy that will be used to track progress towards achieving the desired results. The AMEP must include a full description of how the data and information will be collected, analyzed, and used, based on data quality standards referenced in ADS 203. The Contractor must ensure that the contract’s AMEP focuses not only on quantitative reporting of outputs, but also gathers qualitative information. In addition, the Contractor will provide ten (10) performance indicators with its correspondent Performance Indicator Reference Sheets (PIRS) to describe data sources, methodologies, frequency of and people responsible for data collection, as well as baselines for each of the indicators and annual targets. Indicators for the Activity as a whole can be drawn from the Standard Foreign Assistance Indicators. If one of such indicators is selected the same standard PIRSs must be used so that the results can be aggregated at Colombia Mission level. The Contractor may further define a “precise definition” according to the Activity’s context in the standard PIRSs as appropriate. However, the precise definition must be within the scope of the indicator’s standard definition. When selecting indicators, the Contractor must consider the relevance and accuracy of the indicators according to the planned interventions and intended results, as well as time and resources required to collect and report each indicator data. The Contractor must include for all person indicators, data segregated by sex, but also where possible, by vulnerable groups. The AMEP will show how baseline measurements will be established and how the impact of proposed interventions will be assessed. Ultimately, the Contractor, in collaboration with the COR, USAID/Colombia Program Office and/or M&E Specialist, will verify that the proposed indicators are consistent with and meet the data collection needs of USAID’s Project M&E plan and the mission’s Performance Management Plan (PMP) . USAID/Colombia may provide some higher level indicators at the Project (DO) level, that the Contractor will be required to track to support USAID/Colombia overall evaluation of the Activity’s impact. After the receipt of USAID/Colombia comments, the Contractor must revise and submit a final version within 10 calendar days for COR approval.

Page 39: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 39 of 149

The AMEP will include: 1. A Results Framework (RF) or a Logical Framework (LF) that reflect the objectives described in the award; 2. The indicators that will be used to assess progress towards the Activity goal, purpose and sub-purpose; It must include both USAID Standard Foreign Assistance indicators as well as customized indicators developed specifically for the Activity; 3. Monitoring and evaluation structures and functions; 4. Detailed Performance Indicators Reference Sheet (PIRS) for each indicator; 5. Plan for dissemination/sharing and use of M&E data; 6. The sources, method, frequency and limitation of data collection, review, analysis and reporting; 7. Data entry, storage and security plan; 8. The parties responsible for data collection and management; 9. The baseline data or the plan and timeline for gathering the baseline data for each indicator; 10. The estimated cost associated with implementing this AMEP; 11. Annual and tentative life of project targets for each indicator; 12. The Data Quality Assessment (DQA) plan and procedures; 13. An Evaluation Plan, if applicable, and how the internal and/or external evaluation results will be used to inform project implementation (learning and adapting); 14. In order to better represent the results of Activity interventions, in the AMEP, the Contractor must identify which indicators lend themselves to geographic representation and report accordingly. 15. Coordination with others for monitoring and evaluation tasks (as applicable) 16. Capacity building in monitoring and evaluation (as applicable) 17. Plan for specific reviews, evaluations and studies; 18. Annexes to the AMEP may include a schedule for performance monitoring tasks, indicators tracking table, indicator reference sheets, and any additional M&E tools and guidance as relevant to the Activity. Report in MONITOR - Mission-wide Monitoring Management Information System (MIS): Once the AMEP is approved by the COR, the Contractor must register in USAID/Colombia’s MONITOR System the following: 1. Activity information (summary, start/end dates, objective, budget, geographical coverage, target population, etc.). 2. Sub-Activity information (summary, start/end dates, objective, budget, geographical coverage, target population, classification). A sub-activity is understood as an effort within the Activity, carried out by the Contractor or by its sub-grantees or subcontractors, that has a clear purpose; that has indicators and targets linked to the Activity’s AMEP; and/or has an environmental determination (categorical exclusion or environmental management plan), and; 3. AMEP indicators (PIRS Information).

Page 40: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 40 of 149

In addition the Contractor must report indicator progress into MONITOR system. This will allow aggregation of results at the Activity level and elaboration of progress reports by USAID/Colombia. Due Date: Draft AMEP - 60 calendar days after award Final AMEP - 90 calendar days after award

F.6.4. Communications and Outreach Plan Climate Change is an issue in great need for increased public awareness and understanding. For this reason, the Contractor must incorporate a solid Learning, Knowledge Management and Communication Strategy (LKMCS) to build the program’s knowledge management and communication efforts. The Communications and Outreach Plan must explain how the Contractor will create and implement a variety of appropriate outreach and communications tools and platforms for getting this message out to the public and the media. The plan must guide the program’s communication efforts and support the design and production of information materials such as, but not limited to, brochures, videos, fact sheets, infographics, and presentations to communicate activity key messages and results. The Communications and Outreach Plan must include an in-depth strategic considerations section providing an analysis of the internal and/or external environment, a set of communication objectives, target audiences (both primary and secondary), key messages, implementation plan, budget, and evaluation framework. The Communications and Outreach Plan must align with the Branding Implementation Plan and Marking Plan, and describe how the Contractor will communicate to beneficiaries and stakeholder audiences that the work of this contract is from the American people per the Branding Strategy and USAID Branding Guidelines (see www.usaid.gov/branding).The Contractor will also include a Communications Calendar noting key elements and activities warranting public information and outreach activities. In order to build USAID’s expertise and connect stakeholders to the latest field findings, best practices and lessons learned, the Contractor will share information with practitioners, the environmental sector, donor organizations, the development community, and key internal actors (e.g. Activity staff, Home office and USAID staff). Also, the Contractor will share this knowledge with external stakeholders (e.g. policy makers, the GOC, and the general public). In collaboration with other USAID/Colombia activities and USG implementing entities working in the environment sectors, the Contractor may be expected to implement joint outreach activities to highlight joint efforts as an intervention aligned with the SOW. The COR and USAID’s outreach team/representatives will work in collaboration with the Contractor’s designated person/company for public relations. The Contractor will develop and maintain an official electronic library of all public relations materials, photos, and other related documents (i.e. major media news releases in Colombian periodicals) for use by both the Contractor and USAID. Upon completion of the Contract, the complete electronic library will be turned over to USAID for official filing and archiving.

Page 41: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 41 of 149

Due Date: 45 calendar days before the end of each U.S. FY

F.6.5. Quarterly Performance Reports The Contractor will submit brief quarterly performance reports to reflect progress and activities of the preceding quarter. The report must describe the tasks completed in the last quarter relative to what was anticipated by the approved AWP, and will assess overall Activity’s impact to date relative to the performance indicator targets. Quarterly performance reports will present progress on all Activity interventions and will include the following information, at a minimum: a. Brief outline of Activity purpose and Activity approach; b. Overall status of Activity progress towards objectives (narrative); c. Status of overall Activity progress per the approved indicators as defined in the M&E Plan, and if relevant the targets set out for the reporting quarter; d. Summary of completed interventions and progress towards results under this award during the timeframe of the report; e. Status of progress in implementation of the Gender and vulnerable populations strategy and the Communications and Outreach Plan; f. List of reports/deliverables completed in the reporting period; g. Explanation of quantifiable outputs of the tasks, if appropriate and applicable; h. Reasons why established targets were not met, if applicable; i. Description of any short-term consultants’ progress and observations, identifying any significant issues, and a description of follow-on interventions; j. Status of budget expenditures and analysis of any cost overruns or high unit costs (the Contractor must immediately notify USAID of developments that have a significant impact on award-supported interventions); k. Identification of problems, delays or adverse conditions that impair the ability to meet the objectives of the award, including a statement of the action taken or contemplated, and any assistance needed to resolve the situation; l. Description of progress towards removing gender-related constraints and new opportunities pursued to create greater gender equity; m. List of major interventions planned for the next quarter; n. List of indicators with targets for the next quarter (as relevant); o. The use of Small and Disadvantaged Business relative to the target identified; p. Projected USAID approvals, waivers or deviation requests anticipated during the next quarter; q. The status of required audit processes including for sub-awardees, if applicable; r. Provide updates on how the Activity is contributing to the USAID/Colombia development screens (gender, science and technology, and partnerships) s. Success stories (if available) in the proper USAID format and a brief analysis on the general economic context; such stories must be relevant to the Activity and can be as short as one paragraph and not longer than one page. Success stories can also be documented with pictures and captions, videos, etc. If available, the Contractor must also report success stories on an ongoing basis (two per month through the life of the Activity are desired);

Page 42: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 42 of 149

t. Overview of other USG climate change activities within the geographic regions/focus of USAID Páramos and Forests Activity; u. Status of implementing the conditions of the IEE. Due Date: 30 calendar days following the end of each U.S. FY quarter.

F.6.6. Quarterly Financial Report Quarterly financial reports will be disaggregated by element level and contain, at a minimum: 1. Total funds obligated to date by USAID into the contract; 2. Total funds previously reported as expended by the Contractor by main line items; 3. Total funds expended in the current quarter by the Contractor by main line items; 4. Total un-liquidated obligations by main line items; 5. List of significant expenses incurred during the period; 6. Activity expenditures in the next quarter. The Contractor is solely responsible for not exceeding obligated amounts, and is reminded of the required notification to the CO as to the percentage of funds expended against the total obligated and available amount as set forth in FAR 52.232-22 “Limitation of Funds.” Due date: 15 calendar days following the end of each U.S. FY quarter.

F.6.7. Quarterly Accruals Report The Contractor must submit a spreadsheet showing cumulative disbursements and estimated (undisbursed) accruals to the COR. Quarterly Accrual Reports must contain the following information: 1. Total Estimated Cost remaining in the contract; 2. Unliquidated balance in the contract; 3. Accrual amount; 4. Estimated Pipeline amount. Due Date: 20 calendar days before the end of each U.S. FY quarter

F.6.8. Bimonthly Newsletter This newsletter must be written in English and Spanish. The newsletter must cover the Activity’s events, as well as topics of interest related to the achievement of the Activity across objectives. It must be distributed by the Contractor primarily through an e-mail format and available on the Contractor’s Activity website. Due Date: The first working day of January, March, May, July, September and November of each year

Page 43: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 43 of 149

F.6.9. Annual Performance Report Annual performance reports will summarize interventions and results during the year in relation to the approved AWP. The annual performance report will be used by USAID/Colombia to assess the status of the Activity implementation in relation to the time remaining for performance. Each annual performance report will include an assessment as to whether the objectives of the Activity will be accomplished within the remaining time and available resources. The annual performance report will cover all of the items included in the quarterly performance reports, with a focus on the Activity results over the entire contract year. In addition, the Contractor must include an assessment as to the effectiveness of the AMEP in measuring the Activity’s impact including: a. Brief analysis on the changes in the Activity context and assumptions; b. The status of progress against annual targets for each indicators included in the AMEP, and detailed narratives for any deviation by 10% above or below; c. The status of any ongoing assessments; d. The appropriateness of the data collected to measure Activity impact; e. The identification of unanticipated challenges in the collection of evaluation data; f. The appropriateness of the overall AMEP to measure impact and any proposed revisions thereto; g. Practical or political factors that should be considered when analyzing the performance data; and h. The effectiveness of the evaluation activities to inform programming positive or negative impacts to the environment (as related to the IEE). The initial annual performance report will cover the period from the contract’s effective date through the end of the fiscal year. The Contractor must submit annual reports in lieu of the 4th quarterly report. For the 4th quarter, the report must capture the level of detail required in the Quarterly Performance Reports. Due Date: No later than 15 calendar days after the end of each U.S. FY, except the last year, when the final report will be submitted.

F.6.10. Final Report The final report must discuss all interventions and achievements of the various Components and Tasks from the start of the contract through its completion. At a minimum the Final Report will include: a. An overall description of all outputs, interventions completed, benchmark achieved (as measured by performance indicators included in the AMEP and the significance of these interventions to the attainment of the Activity’s objectives. b. Accomplishments against the approved annual work plans, including overall Activity results per impact indicator;

Page 44: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 44 of 149

c. Summary of Success Stories; d. Lessons learned during the implementation and suggested ways to resolve constraints identified; including those that are gender related; e. Sustainability of the interventions after the Activity has ended; f. Comments or recommendations where follow-up work by USAID and other entities could reinforce and further consolidate achieved results under the contract; g. Consolidated financial report that describes in detail how contract funds were utilized; h. An index of all reports and informational products produced under this contract. i. Status of and lessons learned in implementing the conditions of the environmental compliance document (IEE) j. Along with the Final Report, a CD-ROM depository must be submitted, containing all written documents, reports and presentations. The depository must be organized in a user-friendly and searchable manner. Due Date: Draft report: 60 calendar days prior to the end of the contract Final report: 30 calendar days prior to the end of the contract

F.6.11. Reports by International Short-Term Technical Assistance Providers Unless otherwise agreed upon in writing by the COR, the Contractor must submit a report describing progress and observations made by the expert/consultant, identifying significant issues, describing follow-on activities and plans for the Contractor and counterparts, and providing names, titles and contact points of all professional assignment-related contacts. Due Date: 10 calendar days after an international expert/consultant departs Colombia. F.6.12. Special Reports and Memoranda The Contractor must prepare special reports in the event of extraordinary, time-sensitive events that need to be brought to the COR’s attention sooner than every quarter. Special reports may be requested from the Contractor by the COR or may be produced by the Contractor exercising his/her own discretion and judgment. The Contractor must prepare memoranda analyzing any external issues that may affect activity performance. The Contractor must also report success stories on an ongoing basis. Such stories can be as short as one paragraph and not longer than one page. In addition, the Contractor will prepare briefing memoranda, scene-setters, and talking points for events in which USAID personnel participate. Due Date: As required

F.6.13. Meetings The COP and/or other Key personnel as designated by the Contractor, along with the technical personnel and other staff as needed, will meet with the COR at least twice a month. Succinct (one page) meeting notes will be sent to the COR one week after the meeting. Short-term advisors will provide an entry and exit briefing for the COR and other appropriate USAID/Colombia staff on all

Page 45: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 45 of 149

in- country visits. In addition, appropriate Contractor representatives will have bi-weekly meetings with the coordinators of the other USAID activities as directed by the COR and as applicable. In the course of implementing the Activity, the Contractor may be interacting with officials from various agencies and levels of the Government of Colombia. Regular interactions with government officials at the working level (e.g. local level government or national‐level government as office/unit director or the equivalent) must be reported. If higher level host government officials (e.g. Bureau Chief or Agency/Ministry Head) invite the Contractor for a meeting, the COR must be informed of these requests in advance of the meetings and be given the opportunity to attend or to designate an official on behalf of the US Government. In no case will the Contractor initiate a request for a meeting with a national‐level host government official(s) without the COR’s concurrence. Due Date: At least twice a month. Notes are due one week after the meeting

F.6.14. Grants Manual The Contractor is required to submit a Grants Manual for USAID’s review and approval. The Contractor will proceed with the award of grants only upon receipt of written consent from the COR and approval from the CO. The manual must follow ADS 302 and ADS 303 in all respects including all relevant rules and regulations. The grants manual must: a. Describe the overall utilization of the different components of the grants component and how the Contractor intends to determine appropriateness and strategic use of different kinds of mechanisms [e.g. in-kind grants (including any cash components of in-kind grants), other than in-kind grants and technical assistance]. b. Define thresholds for COR and CO approval; c. Be in accordance with relevant laws and regulations. d. Include an Activity Cycle Flowchart outlining the instrument’s development, approval and implementation process, including key roles and responsibilities. This flowchart must demonstrate the Contractor’s ability to utilize the grants component in a timely manner and in accordance with these guidelines and procedures. e. Include a two-page summary to explain in-kind and other grant making procedures to potential local partners and recipients f. Include a generic grants handbook/guide for subawardees explaining their reporting and subaward management responsibilities and requirements (including reporting on items procured under the subaward); g. Include a chapter on Private and Public Sector Alliances Due Date: 90 calendar days after contract award.

F.6.15. Emergency Contact Plan

Page 46: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 46 of 149

The Contractor is required to submit to the COR a copy the Contractor’s Emergency Contact Plan covering the Contractor’s expatriate and local staff. This plan must include phone/SMS trees and plans for other forms of communication. Due Date: 60 days after contract award

F.6.16. Security Reporting and Responsibilities As part of the overall security requirements, the Contractor must report any security threats and/or incidents verbally or by telephone, immediately to the COR or Alternate COR in the COR’s absence. Subsequently, a written report must be promptly submitted. All subcontractors will be required to report any threats/incidents to the prime Contractor, who will immediately after, notify the COR. At the minimum, a security incident report must contain the name of the company, name of the individual(s), date, time, a description of what happened, where the incident occurred, and any other relevant details surrounding the incident. If this is an ongoing incident, progress reports should be submitted to keep the COR apprised of the situation. Due Date: Frequency may vary with the Activity scope, location, and criticality.

F.6.17. Annual Inventory: All U.S. Government-funded property (either Contractor-acquired or US Government-furnished) must be inventoried in accordance with the Government Property clauses of this contract. An annual inventory must be sent to the CO and COR. The inventory will also form the basis of an equipment disposition plan for the Close-out Phase. The inventory and plan for maintaining the inventory must account for, as applicable, in-kind procurements for grants. Due Date: 30 calendar days after the end of each U.S. FY

F.6.18. Demobilization Plan: The Demobilization Plan will include, at a minimum, an illustrative Property Disposition Plan addressing all requirements under contractual and local law for the transfer of property; a plan for the phase out of in-country operations; a delivery schedule for all reports or other deliverables required under the award; and a timeline for completing all required actions in the Demobilization Plan, including the submission date of the final Property Disposition Plan to the CO. Both the illustrative and final Property Disposition Plans must include the inventory schedule required by FAR 52.245-5, a plan for the disposition of property to eligible parties and a timeline for the disposition of such property. In addition, the Contractor will describe how all required prime and sub-award audits will be conducted after the demobilization of the Contractor. The Demobilization Plan will be approved in writing by the COR. Due Date: 180 calendar days prior to the completion date of the contract

F.6.19. Environmental Management Approach

Page 47: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 47 of 149

The Environmental Management Approach (EMA) must identify: 1) mitigation measures; 2) best practices; and 3) training needs to avoid harming people and ensure the wise use of USAID resources through thoughtful, environmentally sound economic development - for activities that are subject to one or more conditions set out in the “Recommended Threshold Decision” section of the IEE. Mitigation measures should avoid significant adverse effects on the environment; best practices should ensure sustainable approaches during the implementation of the activities; and the necessary training for capacity building in environmental issues. The Contractor will:

1. Develop and provide an EMA to USAID/Colombia MEO for review and approval. 2. Use the MONITOR system, as instructed by the Mission Environment Officer (MEO), to ensure compliance with the USAID environmental regulation 22 CFR 216 (http://www.monitor.net.co). 3. Ensure that any appropriate environmental guidelines are followed and that mitigation measures described in the pertinent Threshold Decision for each of these activities are funded and implemented, including any necessary training or capacity building, and adequate monitoring. 4. Ensure that the ECS is implemented, even under subcontracts and sub-grants.

Due Date: 90 calendar days after award

F.7. KEY PERSONNEL AND SALARIES

The initial starting salaries for all key personnel positions, unless previously approved and budgeted for in the Contract, must be approved in advance and in writing by the Contracting Officer.

F.8. AUTHORIZED WORK DAY/WEEK

No overtime or premium pay is authorized under this contract.

For overseas employees: The work week for the Contractor’s overseas employees must not be less than forty (40) hours and will be scheduled to coincide with the work week of the employees of USAID/Colombia. Holidays taken by Contractor overseas employees may not exceed those of the U.S. Mission in Colombia, as published annually.

Non-overseas employees: The length of the Contractor’s U.S. non-overseas employee’s workday will be in accordance with the Contractor’s established policies and practices and will not be less than eight (8) hours per day and forty (40) hours per week.

Short-Term Technical Assistance: STTA personnel are authorized a six (6) day workweek with prior written concurrence of the COR.

Page 48: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 48 of 149

F.9. IDIQ SUPPLEMENTAL TECHNICAL ASSISTANCE ORDERING PROCEDURES (APPLICABLE TO CLIN 0002)

The Contractor will respond to the RFTOP in a timely manner with the proposed implementation approach and cost proposal. The CO may enter into negotiations with the Contractor to refine the proposed technical approach and proposed cost proposal until it is satisfied. The Contractor will assume contract management, financial administration, and monitoring and evaluation of activities under the resulting Task Order (TO). Specific ordering procedures are as follows: (a) Only the Contracting Officer may issue Task Orders under this CLIN, providing specific authorization or direction to perform work within the scope of the contract and as specified in the schedule. The Contractor may incur costs under this CLIN in performance of TOs and TO modification issued under the “IDIQ Supplemental Technical Assistance” portion of this contract. (b) Prior to ordering work under this IDIQ Supplemental Technical Assistance CLIN, the Contracting Officer will issue a task order proposal to the Contractor to include the technical approach, period of performance/schedule, appropriate cost information, and any other information required to determine the reasonableness of the Contractor’s proposal. The Contracting Officer must provide the Contractor with the following:

(1) A functional description of the work identifying the objectives or results desired from the contemplated order. (2) Proposed performance standards to be used as criteria for determining whether the work requirements have been met.

(c) Within 14 calendar days or less, as determined by the Contracting Officer, after receipt of the Contracting Officer’s request, the Contractor must submit a task order proposal which must include, but not be limited to, technical approach for completing the work including a staffing plan, proposed subcontracts including consultants, proposed level-of-effort and staffing mix, proposed cost and fee, rationale to support pricing for subcontracts, travel, and Other Direct Costs, period of performance/schedule, and any other information pertinent to the completion of the task order as required in the task order request. (d) After review and any necessary discussions, the Contracting Officer may issue a Task Order under this contract containing the following:

(i) Date of order. (ii) Contract number and order number. (iii) Functional description of the work identifying the objectives or results desired from the task order, including special instructions or other information necessary for performance of the task. (iv) Performance standards, and where appropriate, quality assurance standards. (v) Delivery/performance schedule including start and end dates. (vi) Place of delivery or performance. (vii) Total level-of-effort being ordered. (viii) Maximum dollar amount authorized (Cost plus Fixed Fee) for the task order, not to exceed the maximum Cost Plus Fixed Fee of the IDIQ CLIN set forth in Section B.3.

Page 49: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION F

Page 49 of 149

(ix) Any Mission-furnished resources (travel, materials, equipment, facilities, etc.) authorized in the Task Order. (x) Funding (Accounting and appropriation data). (xi) Method of payment and payment office, if not specified in the contract.

(e) The contractor shall provide acknowledgement of receipt to the Contracting Officer within five (5) calendar days after receipt of the task order. (f) The Contracting Officer may modify task orders. (g) In the event of a conflict between the requirements of the task order and the Contractor’s task order proposal, the task order shall prevail. (h) The Contracting Officer may issue a task order at any point during the life of the contract; and all task orders must expire no later than two (2) years after completion of the contract period.

[END OF SECTION F]

Page 50: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION G

Page 50 of 149

SECTION G– CONTRACT ADMINISTRATION DATA

G.1. NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE, in Section I of this contract. Full text of the FAR clauses is available at https://www.acquisition.gov/far/ and full text of the AIDAR clauses is available at http://www.usaid.gov/ads/policy/300/aidar and http://www.usaid.gov/ads/policy/300/300. FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1) NUMBER TITLE DATE 752.7003 DOCUMENTATION FOR PAYMENT (NOV 1998)

G.2. CONTRACTING OFFICER AND CONTRACTING OFFICER’S REPRESENTATIVE

Contracting Officer – TBD U.S. Mailing Address: Office of Acquisition and Assistance USAID/Colombia Unit 3030, Box 5101 DPO, AA 34004 Colombia Mailing Address: Office of Acquisition and Assistance USAID/Colombia Cra. 45 No. 24B-27 Bogota, Colombia Contracting Officer’s Representative – TBD Environment Office USAID/Colombia Unit 3030, Box 5101 DPO, AA 34004

G.3. CONTRACTOR’S PRIMARY POINT-OF CONTACT

The Contractor’s primary point of contact is [TBD] and can be reached at [TBD].

Page 51: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION G

Page 51 of 149

G.4. PAYING OFFICE

The paying office is the Office of Financial Management (Controller’s Office):

US address: USAID/Colombia Unit 3030, Box 5101 DPO, AA 34004 Colombia address: USAID/Colombia Carrera 45 # 24B-27 Bogota, Colombia One (1) original of each invoice must be submitted on an SF-1034 Public Voucher for Purchases and Services Other Than Personal to the Controller’s Office. The SF-1034 must be signed, and it must be submitted along with the invoice and any other documentation in Adobe.

Electronic submission of invoices is encouraged. Invoices sent via e-mail should be sent to [email protected] with a copy to the COR. Paper Invoices must be sent to the paying office, at the address above. If submitting invoices electronically, do not send a paper copy.

G.5. ACCOUNTING AND APPROPRIATION DATA

[TBD]

G.6. CONTRACTOR’S PAYMENT ADDRESS

[TBD]

G.7. ACCEPTANCE AND APPROVAL

The COR must accept and approve deliverables before payment may be made.

G.8. CONTRACTING OFFICER'S AUTHORITY

The Contracting Officer (CO) is the only person authorized to make or approve any changes in the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the CO. In the event the Contractor makes any changes at the direction of any person other than the CO, the change must be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price.

G.9. TECHNICAL DIRECTIONS / RELATIONSHIP WITH USAID

(a) Technical Direction is defined to include:

Page 52: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION G

Page 52 of 149

(1) Written directions to the Contractor which fill in details, suggest possible lines of inquiry, or otherwise facilitate completion of work; (2) Provision of written information to the Contractor which assists in the interpretation of drawings, specifications, or technical portions of the work statement; (3) Review and, where required, provide written approval of technical reports, drawings, specifications, or technical information to be delivered. Technical directions must be in writing, and must be within the Statement of Work as detailed in Section C. (b) The CO, by separate designation letter, authorizes the COR to take any or all action with respect to the following which could lawfully be taken by the CO, except any action specifically prohibited by the terms of this contract: (1) Assure that the Contractor performs the technical requirements of the contract in accordance with the contract terms, conditions, and specifications. (2) Perform or cause to be performed, inspections necessary in connection with a) above and require the Contractor to correct all deficiencies; perform acceptance for the Government. (3) Maintain all liaison and direct communications with the Contractor. Written communications with the Contractor and documents must be signed as “Contracting Officer’s Representative” with a copy furnished to the CO. (4) Issue written interpretations of technical requirements of Government drawings, designs, and specifications. (5) Monitor the Contractor’s production or performance progress and notify the Contractor in writing of deficiencies observed during surveillance, and direct appropriate action to effect correction. Record and report to the CO incidents of faulty or nonconforming work, delays or problems. (6) Complete CPARs every 12 months. (7) Obtain necessary security clearance and appropriate identification if access to Government facilities is required. (8) If to be provided, ensure that Government furnished property is available when required. LIMITATIONS: The COR is not empowered to award, agree to, or sign any contract (including delivery or purchase orders) or modifications thereto, or in any way to obligate the payment of money by the Government. The COR may not take any action which may impact on the contract schedule, funds, scope or rate of utilization of LOE. All contractual agreements, commitments, or modifications which involve prices, quantities, quality, and schedules will be made only by the CO. (c) In the separately-issued COR designation letter, the CO designates an alternate COR to act in the absence of the designated COR, in accordance with the terms of the letter. (d) Contractual Problems: Contractual problems of any nature that may arise during the life of the contract must be handled in conformance with specific public laws and regulations (i.e. Federal Acquisition Regulation and Agency for International Development Acquisition Regulation). The Contractor and the COR will bring all contracting problems to the immediate attention of the CO. Only the CO is authorized to formally resolve such problems. The CO will be responsible for resolving legal issues, determining contract scope and interpreting contract

Page 53: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION G

Page 53 of 149

terms and conditions. The CO is the sole authority authorized to approve changes in any of the requirements under this contract. Notwithstanding any clause contained elsewhere in this contract, the said authority remains solely with the CO. These changes include, but will not be limited to the following areas: Statement of Work, price, quantity, technical specifications, delivery schedules, and contract terms and conditions. In the event the Contractor effects any changes at the direction of any other person other than the CO, the change will be considered to have been made without authority. (e) Failure by the Contractor to report to the CO any action by the Government considered to be a change, within the specified number of days contained in FAR 52.243-7 (Notification of Changes), waives the Contractor’s right to any claims for equitable adjustments. (f) In case of a conflict between this contract and the COR designation letter, the contract prevails.

[END OF SECTION G]

Page 54: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 54 of 149

SECTION H - SPECIAL CONTRACT REQUIREMENTS

H.1. USAID-FINANCED THIRD-PARTY WEB SITES (AUGUST 2013)

(a) Definitions:

“Third-party web sites”

Sites hosted on environments external to USAID boundaries and not directly controlled by USAID policies and staff, except through the terms and conditions of a contract.

Third-party Web sites include project sites.

(b) The Contractor must adhere to the following requirements when developing, launching, and maintaining a third-party Web site funded by USAID for the purpose of meeting the project implementation goals:

(1) Working through the COR, the Contractor must notify the USAID Bureau for Legislative and Public Affairs/Public Information, Production and Online Services (LPA/PIPOS) of the Web site URL as far in advance of the site's launch as possible.

(2) The Contractor must comply with Agency branding and marking requirements comprised of the USAID logo and brand mark with the tagline “from the American people,” located on the USAID Web site at www.usaid.gov/branding, and USAID Graphics Standards manual at http://www.usaid.gov.

(3) The Web site must be marked on the index page of the site and every major entry point to the Web site with a disclaimer that states:

"The information provided on this Web site is not official U.S. Government information and does not represent the views or positions of the U.S. Agency for International Development or the U.S. Government."

(4) The Web site must provide persons with disabilities access to information that is comparable to the access available to others. As such, all site content must be compliant with the requirements of the Section 508 amendments to the Rehabilitation Act.

(5) The Contractor must identify and provide to the COR, in writing, the contact information for the information security point of contact. The Contractor is responsible for updating the contact information whenever there is a change in personnel assigned to this role.

(6) The Contractor must provide adequate protection from unauthorized access, alteration, disclosure, or misuse of information processed, stored, or transmitted on the Web sites. To minimize security risks and ensure the integrity and availability of information, the Contractor must use sound: system/software management; engineering and development; and secure- coding practices consistent with USAID standards and information security best practices. Rigorous security safeguards, including but not limited to, virus protection; network intrusion detection and prevention programs; and vulnerability management systems must be implemented and critical security issues must be resolved as quickly as possible or within 30 days. Contact the USAID Chief Information Security Officer (CISO) at [email protected] for specific standards and guidance.

(7) The Contractor must conduct periodic vulnerability scans, mitigate all security risks identified during such scans, and report subsequent remediation actions to CISO at

Page 55: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 55 of 149

[email protected] and COR within 30 workdays from the date vulnerabilities are identified. The report must include disclosure of the tools used to conduct the scans. Alternatively, the Contractor may authorize USAID CISO at [email protected] to conduct periodic vulnerability scans via its Web-scanning program. The sole purpose of USAID scanning will be to minimize security risks. The Contractor will be responsible for taking the necessary remediation action and reporting to USAID as specified above.

(c) For general information, agency graphics, metadata, privacy policy, and 508 compliance requirements, refer to http://www.usaid.gov

H.2. SUBMISSION OF DATASETS TO THE DEVELOPMENT DATA LIBRARY (DDL) (OCTOBER 2014)

(a) Definitions. For the purpose of submissions to the DDL:

(1) “Dataset” is an organized collection of structured data, including data contained in spreadsheets, whether presented in tabular or non-tabular form. For example, a Dataset may represent a single spreadsheet, an extensible mark-up language (XML) file, a geospatial data file, or an organized collection of these. This requirement does not apply to aggregated performance reporting data that the Contractor submits directly to a USAID portfolio management system or to unstructured data, such as email messages, PDF files, PowerPoint presentations, word processing documents, photos and graphic images, audio files, collaboration software, and instant messages. Neither does the requirement apply to the Contractor’s information that is incidental to award administration, such as financial, administrative, cost or pricing, or management information.

Datasets submitted to the DDL will generally be those generated with USAID resources and created in support of Intellectual Work that is uploaded to the Development Experience Clearinghouse (DEC) (see AIDAR 752.7005 “Submission Requirements for Development Experience Documents”).

(2) “Intellectual Work” includes all works that document the implementation, monitoring, evaluation, and results of international development assistance activities developed or acquired under this award, which may include program and communications materials, evaluations and assessments, information products, research and technical reports, progress and performance reports required under this award (excluding administrative financial information), and other reports, articles and papers prepared by the Contractor under the award, whether published or not.

The term does not include the Contractor’s information that is incidental to award administration, such as financial, administrative, cost or pricing, or management information.

(b) Submissions to the Development Data Library (DDL)

(1) The Contractor must submit to the Development Data Library (DDL), at www.usaid.gov/data, in a machine-readable, non-proprietary format, a copy of any Dataset created or obtained in performance of this award, including Datasets produced by a subcontractor at any tier. The submission must include supporting documentation describing the Dataset, such as code books, data dictionaries, data gathering tools, notes on data quality, and explanations of redactions.

Page 56: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 56 of 149

(2) Unless otherwise directed by the Contracting Officer (CO) or the Contracting Officer Representative (COR), the Contractor must submit the Dataset and supporting documentation within thirty (30) calendar days after the Dataset is first used to produce an Intellectual Work or is of sufficient quality to produce an Intellectual Work. Within thirty (30) calendar days after award completion, the Contractor must submit to the DDL any Datasets and supporting documentation that have not previously been submitted to the DDL, along with an index of all Datasets and Intellectual Work created or obtained under the award. The Contractor must also provide to the COR an itemized list of any and all DDL submissions.

The Contractor is not required to submit the data to the DDL, when, in accordance with the terms and conditions of this award, Datasets containing results of federally funded scientific research are submitted to a publicly accessible research database. However, the Contractor must submit a notice to the DDL by following the instructions at www.usaid.gov/data, with a copy to the COR, providing details on where and how to access the data. The direct results of federally funded scientific research must be reported no later than when the data are ready to be submitted to a peer-reviewed journal for publication, or no later than five calendar days prior to the conclusion of the award, whichever occurs earlier.

(3) The Contractor must submit the Datasets following the submission instructions and acceptable formats found at www.usaid.gov/data.

(4) The Contractor must ensure that any Dataset submitted to the DDL does not contain any proprietary or personally identifiable information, such as social security numbers, home addresses, and dates of birth. Such information must be removed prior to submission.

(5) The Contractor must not submit classified data to the DDL.

H.3. GRANTS UNDER CONTRACTS (GUCS)

Under this contract the contractor will execute grants on behalf of USAID. If the Contractor awards grants under this contract, the contractor will comply in all material respects with USAID‘s Automated Directives System (ADS) Chapter 302 (including mandatory and supplementary references) in awarding and administering grants, as well as the Code of Federal Regulations 22 CFR 226. In addition, the following requirements will apply to the grants awarded by the Contractor under this contract:

a) The total value of any individual grant to US organizations must not exceed $100,000.00. This limitation does not apply to grant awards to non-US organizations. b) The Contractor will only execute grants under the contract when it is not feasible to accomplish USAID objectives through normal contracts and grants awards executed by USAID because either the burden of executing a number of small grant activities is particularly difficult for the responsible USAID Mission or office, or the grant program is incidental and relatively small in comparison to other technical assistance of the Contractor. c) USAID will be significantly involved in establishing selection factors and will approve the selection of grant recipients. Unless otherwise directed by the Contracting Officer, the COR will have authority to approve the grant recipient selection. d) Requirements which apply to USAID-executed grants, including the agency policies regarding construction activities, will also apply to grants executed by the Contractor.

Page 57: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 57 of 149

e) USAID retains the right to terminate the grant activity (activities) unilaterally in extraordinary circumstances. f) The Contractor will not execute or administer Cooperative Agreements on USAID‘s behalf. g) The Contractor will close out all grants prior to the estimated completion date of this contract.

NOTE: The head of the contracting activity has approved the execution of Grants Under contacts with non-governmental organizations (non-profit or for profit), community organizations and private foundations in Colombia. GUCS to partner Government entities have not been authorized.

H.4. USAID DISABILITY POLICY - ACQUISITION (DEC 2004)

(a) The objectives of the USAID Disability Policy are: (1) to enhance the attainment of U.S. foreign assistance program goals by promoting the participation and equalization of opportunities of individuals with disabilities in USAID policy, country and sector strategies, Activity designs and implementation; (2) to increase awareness of issues of people with disabilities both within USAID programs and in host countries; (3) to engage other U.S. government agencies, host country counterparts, HCG, implementing organizations and other donors in fostering a climate of nondiscrimination against people with disabilities; and (4) to support international advocacy for people with disabilities. The full text of the policy paper can be found at the following website: http://pdf.usaid.gov/pdf_docs/PDABQ631.pdf. (b) USAID, therefore, requires that the Contractor not discriminate against people with disabilities in the implementation of USAID programs and that it make every effort to comply with the objectives of the USAID Disability Policy in performing this contract. To that end and within the scope of the contract, the Contractor’s actions must demonstrate a comprehensive and consistent approach for including men, women, and children with disabilities.

(End of provision)

H.5. ADDITIONAL REQUIREMENTS FOR PERSONNEL COMPENSATION

(a) Limitations: (1)Salary ranges for ALL the professional positions in this Contract will be established based on the market value of the position in the country of contract performance. The established range must be realistic and reasonable for the responsibilities of each position and must not be based on the salary history or the qualifications of the candidate selected. The salary ranges must be certified by the Contractor and submitted to the Contracting Officer with the proposal. Upon establishment of the salary ranges of the professional positions, an appropriate candidate must be selected based on the qualifications sought for that position and the Contractor’s personnel practices. That individual’s salary must be negotiated within the established range, based on his or her certified salary history and the conditions stated further in this paragraph. The Contractor must avoid “rank in person” salaries, which are in excess of the value and the responsibilities of the position. In addition, the salary ranges may not exceed the Contractor's established policy and practice, including the Contractor's established pay scale for equivalent classifications of employees. Nor may any individual salary or wage, without approval of the Contracting Officer,

Page 58: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 58 of 149

exceed more than a 8% increase over the candidate’s previous salary or wage with the exception of assigning the rate at the bottom of the applicable salary range. (2) In addition, there is a ceiling on the reimbursable base salary or wage paid to personnel under the contract equivalent to the maximum annual salary rate prescribed in ADS 302, unless the Contracting Officer approves a higher amount. For the Agency policy and procedures, refer to: http://transition.usaid.gov/policy/ads/300/302.pdf All Cooperating Country Nationals (CCNs) and Third Country Nationals (TCNs) salaries must not exceed the Local compensation Plan (LCP). Approval of the Contractor’s budget does not absolve the Contractor’s duty to request and receive Mission Director’s approval prior to hiring CCN and TCN personnel whose salaries are above the LCP. (b) Salaries during Travel Salaries and wages paid while in travel status will not be reimbursed for a travel period greater than the time required for travel by the most direct and expeditious air route. (c) Return of Overseas Employees Salaries and wages paid to an employee serving overseas who is discharged by the Contractor for misconduct, inexcusable nonperformance, or security reasons will in no event be reimbursed for a period which extends beyond the time required to return him promptly to his point of origin by the most direct and expeditious air route. (d) Annual Salary Increases Annual salary increases can be made in accordance with the Contractor’s policies and practices, applicable cost principles and the following restrictions: Over the performance period, the maximum salary may not exceed (i) The maximum end of the certified salary range referenced in paragraph (a)(1) above unless the candidate is promoted and takes on higher responsibilities; or (ii) The Contractor Salary Threshold contained in ADS 302 and referenced in paragraph (a)(2), whichever is less.

Annual salary increases of any kind exceeding these limitations may be granted only with the advance written approval of the Contracting Officer. Automatic salary increases for those approved at the current maximum salary rate are not authorized without prior written approval by the Contracting Officer. (e) Consultants For Short-Term Technical Assistance (Consultants), the Contractor must submit a Pay Scale, which will include the level of expertise (e.g., Junior, Mid-Level, Senior), along with the responsibilities and the qualifications sought for each level. No compensation for consultants will be reimbursed unless 1) their use under the Contract has advance technical concurrence from the Contracting Officer Representative (COR) or 2) if the consultant was specifically named in the approved budget and a Contractor Employee Biographical Data Sheet was submitted; and if such provision has been made or approval given, compensation must be within the pay scale specified and must not, without approval of the contracting officer exceed: 1) 8% over the highest rate of annual compensation received by the consultant during the immediately preceding

Page 59: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 59 of 149

three years or 2) the maximum daily salary rate as described in ADS 302, whichever is less. Exceptions to the previous CO approval requirements are: 1) assigning the rate at the bottom of the applicable salary range or 2) including the corresponding fringe adjustment for individuals moving from a full-time salary to a short-term consultant rate. (f) Initial Salaries The Contractor must compensate all personnel in accordance with its approved salary scale, staffing plan and compensation package. In accordance with paragraph (a) above, the compensation plan must cover all proposed salary ranges for all positions. Initial salaries for candidates should be within each applicable range and will be based on other factors including but not limited to consideration of the individual’s education and compensation history over the most recent 3 years. (g) Definitions As used in this Contract, the terms "salaries" and "wages" mean the periodic remuneration received for professional or technical personal services rendered. Unless the Contract states otherwise, these terms do not include any other elements of personal compensation described in the cost principle in FAR 31.205-6 "Compensation for Personal Services," such as (but not limited to) the differentials or allowances defined in the clause of this contract entitled "Differentials and Allowances" (AIDAR 752.7028). The term "compensation" is defined in FAR 31.205-6(a) and includes fees and honoraria related to the personal services provided under this contract, but excludes earnings from sources other than the individual's professional or technical work, overhead, or other charges.

H.6. AUTHORIZED GEOGRAPHIC CODE

The authorized geographic code for procurement of goods and services under this contract is Code 937 (United States, the recipient country, and developing countries other than advanced developing countries, and excluding prohibited sources).

H.7. DEFENSE BASE ACT INSURANCE

In addition to the requirements specified in (48 CFR) FAR 52.228-3, the Contractor agrees to the following:

(a) The Contractor agrees to procure Defense Base Act (DBA) insurance pursuant to the terms of the contract between USAID and USAID's DBA insurance carrier unless the Contractor has a DBA self-insurance program approved by the Department of Labor or has an approved retrospective rating agreement for DBA.

(b) If USAID or the Contractor has secured a waiver of DBA coverage (see (48 CFR) AIDAR 728.305-70(a)) for Contractor's employees who are not citizens of, residents of, or hired in the United States, the Contractor agrees to provide such employees with worker's compensation benefits as required by the laws of the country in which the employees are working, or by the laws of the employee's native country, whichever offers greater benefits.

(c) The Contractor further agrees to insert in all subcontracts hereunder to which the DBA is applicable, a clause similar to this clause, including this sentence, imposing on all subcontractors

Page 60: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 60 of 149

a like requirement to provide overseas workmen's compensation insurance coverage and obtain DBA coverage under the USAID requirements contract.

A. RATES

Contract Year Period of Performance Services Construction Security Base Period 12/1/15 – 11/30/17 $2.00 $4.50 $7.50

Option 1 12/1/17 – 11/30/18 $2.00 $4.50 $7.50/$10.00/$12.50 (see Notes)

Option 2 12/1/18 – 11/30/19 $2.00 $4.50 $7.50/$10.00/$12.50 (see Notes)

Option 3 12/1/19 – 11/30/20 $2.00 $4.50 $7.50/$10.00/$12.50 (see Notes)

Notes:

For Option Periods 1, 2 and 3, the percentage of USAID security payroll would be measured as of the last day of the preceding period (i.e. the base period or the immediately preceding option period), which is referred to as the “measurement date”.

1) If at the measurement date, the percentage of USAID security payroll remains between 0-10.0% of total payroll, the security rate in the next option period will be $7.50/$100 employee remuneration.

2) If at the measurement date, the percentage of USAID security payroll is above 10.0% to 25.0% of total payroll, the security rate in the next option period will be $10.00/$100 employee remuneration.

3) If at the measurement date, the percentage of USAID security payroll exceeds 25.0% of total payroll, the security rate in the next option period will be $12.50/$100 employee remuneration.

4) Employee salary does not include overseas recruitment incentives, post differential, per diem, housing allowance, travel expenses, temporary quarter’s allowance, education allowance, and other miscellaneous post allowances. USAID limits the maximum compensation rate applicable to claimants to 200 percent of the current national average weekly wage (NAWW) as calculated by the Secretary of Labor. The current NAWW can be found at

http://www.dol.gov/owcp/dlhwc/nawwinfo.htm.

5) The new rate structure aligns DBA rates to the likelihood that specific types of contracts will incur different frequency of DBA payouts and of differing dollar amounts. Those having greater risk pay greater premiums. Those with anticipated lower risk pay lesser premiums.

The concept is to associate specific costs to a contract predicated upon the potential DBA risks under the same contract. The risk is predicated on the nature and inherent danger of certain categories of contracts (and performance under those awards).

6) For contracts that include Aviation, ground crews shall be categorized as Construction, and flight crew shall be categorized as Security. Upon the Option Year being exercised, the Contractor must confirm in writing, the security payroll percentage as of the measurement date of the preceding period of performance to the CO.

Page 61: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 61 of 149

B. OBTAINING DBA COVERAGE Contractors must apply for coverage directly to AON Risk Insurance Services Inc., the agent for AWAC DBA Insurance. For instructions on the required application form and submission requirements, contact the following office:

AON Risk Insurance Services West, Inc. 2033 N. Main St., Suite 760 Walnut Creek, CA 94596-3722 Hours: 8:30 A.M. to 5:00 PM, Pacific Time Primary Contact: Fred Robinson Phone: (925) 951-1856 Fax: (925) 951-1890 Email: [email protected]

C. NOTICE OF EXCLUSION OF MEDICAL EVACUATION COVERAGE Pursuant to AIDAR 752.228-70, medical evacuation insurance is a separate insurance requirement for overseas performance of USAID contracts; the Defense Base Act insurance does not provide coverage for medical evacuation.

D. WAIVERS FOR THIRD COUNTRY AND LOCAL NATIONALS The list of countries with active DBA waivers is available at http://www.dol.gov/owcp/dlhwc/dbawaivers/dbawaivers.htm. In accordance with ADS 302, Missions may obtain a country-based waiver by sending a request to M/OAA Evaluation Division at [email protected].

H.8. LOGISTIC SUPPORT

The Contractor will be responsible for all administrative and logistic support required to fulfill the requirements of this contract in the U.S. and overseas.

H.9. LANGUAGE REQUIREMENTS

The Contractor must ensure that Contractor’s employees and/or consultants have the appropriate level of skill in written and spoken English proficiency to perform contract requirements. The Contractor must conduct all correspondence with the USG in the English Language. All deliverables under this contract must be produced in English.

H.10. EXECUTIVE ORDER -- CLIMATE-RESILIENT INTERNATIONAL DEVELOPMENT

The Contractor must take into consideration the threat that climate change poses to program implementation and must incorporate President Obama’s recently announced Executive Order (http://www.whitehouse.gov/the-press-office/2014/09/23/executive-order-climate-resilient-international-development) requiring all Federal agencies to make climate resilience programming a part of their international development programs and investments. The Contractor must assess climate-related risks and vulnerabilities for the program, ensuring the work is sustainable and successes endure.

Page 62: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 62 of 149

H.11. EXECUTIVE ORDER ON TERRORISM FINANCING

The Contractor is reminded that U.S. Executive Orders (including E.O. 13224) and U.S. law prohibit transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. FAR 25.701 prohibits agencies and their Contractors and subcontractors from acquiring any supplies or services from individuals or organizations, if any proclamation, Executive Order, Office of Foreign Assets Control (OFAC) regulations, or statute administered by OFAC would prohibit such a transaction. Accordingly, the Contracting Officer must check the U.S. Department of the Treasury’s OFAC List to ensure that the names of the Contractor and proposed subcontractors (and individuals from those organizations who have been made known to them), are not on the list. Mandatory FAR clause 52.225-13 Restrictions on Certain Foreign Purchases is included by reference in Section I.1 of this contract. By accepting this contract, the Contractor acknowledges and agrees that it is aware of the list as part of its compliance with the requirements of that clause. This clause must be included in all subcontracts/sub-awards issued under this contract. Further information is available at: http://www.state.gov/j/ct/rls/other/des/122570.htm and https://www.treasury.gov/resource-center/sanctions/Programs/Documents/terror.pdf

H.12. FOREIGN GOVERNMENT DELEGATIONS TO INTERNATIONAL CONFERENCES

Funds in this contract may not be used to finance the travel, per diem, hotel expenses, meals, conference fees or other conference costs for any member of a foreign government's delegation to an international conference sponsored by a public international organization, except as provided in ADS Mandatory Reference "Guidance on Funding Foreign Government Delegations to International Conferences” [http://www.info.usaid.gov/pubs/ads/300/refindx3.htm] or as approved by the Contracting Officer.

H.13. PROHIBITION OF ASSISTANCE TO DRUG TRAFFICKERS

USAID reserves the right to terminate this Contract, to demand a refund or take other appropriate measures if the Contractor or subawardees are found to have been convicted of a narcotics offense or to have been engaged in drug trafficking as defined in 22 CFR Part 140.

(End of provision)

H.14. NONEXPENDABLE PROPERTY PURCHASES AND INFORMATION TECHNOLOGY RESOURCES

The procurement of non-expendable property purchased under this contract will be approved during implementation. Note: Agency program-funded IT investments with a threshold of $100,000 or more over the full IT project life cycle up to five years must receive Independent Verification and Validation (IV&V) analysis support from the USAID Chief Information Officer (CIO) pursuant to ADS 548. Full IT life cycle costs include all direct and indirect costs for planning, procuring, operating and maintaining, and disposing of IT components

Page 63: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 63 of 149

Note: Prior approval from the CO is required for the procurement of any motor vehicles as defined in ADS 312.5. 1. Pursuant to ADS 547, Information Technology (IT) is defined as follows: Information Technology

(A) The term ‘information technology’, with respect to an executive agency means any equipment or interconnected system or subsystem of equipment, that is used in the automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency. For purposes of the preceding sentence, equipment is used by an executive agency if the equipment is used by the executive agency directly or is used by a Contractor under a contract with the executive agency which (i) requires the use of such equipment, or (ii) requires the use, to a significant extent, of such equipment in the performance of a service or the furnishing of a product.

(B) The term ‘information technology’ includes computers, ancillary equipment, software, firmware and similar procedures, services (including support services), and related resources.

(C) Notwithstanding subparagraphs (A) and (B), the term `information technology’ does not include any equipment that is acquired by a Federal Contractor incidental to a Federal contract. (Source: Clinger-Cohen Act)(Chapters 541-548, 552). 2. The Contractor shall maintain accountable property records of IT resources. These records must identify each accountable item of U.S. Government-funded property acquired or furnished under the contract in a format acceptable to the CO and must be furnished to the CO six months after the effective date of the contract and thereafter annually based on the effective date of the contract. In the event any IT resources are lost, stolen, destroyed or damaged beyond economical repair, the Contractor must promptly notify both the COR and the CO. 3. As part of the Property Disposition Plan, the Contractor will provide a separate and final inventory of IT resources. After consultation with the COR and the USAID Office of Information Resource Management, the CO will provide disposition instructions to the Contractor. The Contractor shall provide a final report to the COR and CO on the final disposition of all IT resources.

H.15. CLOUD COMPUTING (MAY 2016)

(a) Definitions. As used in this special contract requirement-

“Access” means the ability or opportunity to gain knowledge of Government or Government-related data or any other data collected or maintained on behalf of the United States Government under this contract.

“Cloud computing” means a model for enabling ubiquitous, convenient, on-demand network access to a shared pool of configurable computing resources (e.g., networks, servers, storage, applications, and services) that can be rapidly provisioned and released with minimal management effort or service provider interaction. This includes other commercial terms, such as

Page 64: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 64 of 149

on-demand self-service, broad network access, resource pooling, rapid elasticity, and measured service. It also includes commercial offerings for software-as-a-service, infrastructure-as-a-service, and platform-as-a-service.

“Government data” means any information, document, media, or machine-readable material, regardless of physical form or characteristics, which is created or obtained in the course of official Government business.

“Government-related data” means any information, document, media, or machine readable material, regardless of physical form or characteristics, which is created or obtained by a Contractor through the storage, processing, or communication of Government data. This does not include a Contractor’s business records, e.g., financial records, legal records, or data such as operating procedures, software coding or algorithms that are not uniquely applied to the Government data.

“Spillage” means a security incident that results in the transfer of classified or other sensitive or sensitive but unclassified information to an information system that is not accredited,(i.e., authorized) for the applicable security level of the data or information. “Cloud Service Provider” or CSP means a company or organization that offers some component of cloud computing – typically Infrastructure as a Service (IaaS), Software as a Service (SaaS) or Platform as a Service (PaaS) – to other businesses, organizations or individuals.

“Penetration Testing” means security testing in which assessors mimic real-world attacks to identify methods for circumventing the security features of an application, system, or network.

“Third Party Assessment Organizations” means an organization independent of the organization whose IT system is being assessed. They are required to meet the ISO/IEC 17020:1998 standards for independence and managerial competence and meet program requirements for technical FISMA competence through demonstrated expertise in assessing cloud-based solutions.

“Personally Identifiable Information (PII)” means information that can be used to distinguish or trace an individual's identity, such as their name, Social Security Number (SSN), biometric records, etc., alone, or when combined with other personal or identifying information which is linked or linkable to a specific individual, such as date and place of birth, mother’s maiden name, etc. The definition of PII is not anchored to any single category of information or technology. Rather, it requires a case-by-case assessment of the specific risk that an individual can be identified. In performing this assessment, it is important to recognize that non-PII can become PII whenever additional information is made publicly available — in any medium and from any source — that, when combined with other available information, could be used to identify an individual. PII examples include name, address, SSN, or other identifying number or code, telephone number, and e-mail address. PII can also consist of a combination of indirect data elements such as gender, race, birth date, geographic indicator (e.g., zip code), and other descriptors used to identify specific individuals. When defining PII for USAID purposes, the term “individual” refers to a citizen of the United States or an alien lawfully admitted for permanent residence.

“Breach” means the loss of control, compromise, unauthorized disclosure, unauthorized acquisition, unauthorized access, or any similar term referring to situations where persons other than authorized users and for an other than authorized purpose have access or potential access to personally identifiable information, whether physical or electronic.

Page 65: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 65 of 149

(b) Computing

This special contract requirement applies to the Contractor and all personnel providing support under this contract (hereafter referred to collectively as “Contractor”) and addresses specific USAID requirements in addition to those included in the Federal Acquisition Regulation (FAR), Privacy Act of 1974 (5 U.S.C. 552a - the Act), E-Government Act of 2002 - Section 208 and Title III, Federal Information Security Management Act (FISMA), the Health Insurance Portability and Accountability Act of 1996 (HIPAA, Pub. L. 104-191, 110 Stat. 1936), the Sarbanes-Oxley Act of 2002 (SOX, Pub. L. 107-204, 116 Stat 745), National Institute of Standards and Technology (NIST), Federal Information Processing Standards (FIPS) and the 800-Series Special Publications (SP), Office of Management and Budget (OMB) memorandums, and other laws, mandates, or executive orders pertaining to the development and operations of information systems and the protection of sensitive information and data.

(c) Limitations on access to, use and disclosure of, government data and Government-related data.

(1) The Contractor shall not access, use, or disclose Government data unless specifically authorized by the terms of this contract issued hereunder.

i. If authorized by the terms of this contract issued hereunder, any access to, or use or disclosure of, Government data shall only be for purposes specified in this contract.

ii. The Contractor shall ensure that its employees are subject to all such access, use, and disclosure prohibitions and obligations.

iii. These access, use, and disclosure prohibitions and obligations shall remain effective beyond the expiration or termination of this contract.

(2) The Contractor shall use related Government data only to manage the operational environment that supports the government data and for no other purpose unless otherwise permitted with the prior written approval of the Contracting Officer.

(d) Records Management and Access to Information

(1) The Contractor shall support a system in accordance with the requirement for Federal agencies to manage their electronic records in accordance with capabilities such as those identified in the provisions of this contract, National Archives and Records Administration (NARA) retention policies.

(2) Upon request by the government, the Contractor shall deliver to the Contracting Officer all Government data and Government-related data, including data schemas, metadata, and other associated data artifacts, in the format specified in the schedule or by the Contracting Officer in support of government compliance requirements to include but not limited to Freedom of Information Act, Privacy Act, e-Discovery, e-Records and legal or security investigations.

(3) The Contractor shall retain and maintain all Government data in accordance with records retention provisions negotiated by the terms of the contract and in accordance with USAID records retention policies.

(4) The Contractor shall dispose of Government data and Government-related data in accordance with the terms of the contract and provide the confirmation of disposition to the Contracting Officer in accordance with contract closeout procedures.

Page 66: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 66 of 149

(e) Notification of third party access to Government data: The Contractor shall notify the Government immediately of any requests from a third party for access to Government data or Government-related data, including any warrants, seizures, or subpoenas it receives, including those from another Federal, State, or Local agency, that could result in the disclosure of any Government data to a third party. The Contractor shall cooperate with the Government to take all measures to protect Government data from any loss or unauthorized disclosure that might reasonably result from the execution of any such request, warrant, seizure, subpoena, or similar legal process.

(f) Spillage and Security Incidents: Upon written notification by the Government of a spillage or security incident, or the Contractor’s discovery of a spillage or security incident, the Contractor shall coordinate immediately with the Office of Security at [email protected] to correct the spillage or security incident in compliance with agency-specific instructions.

(g) Information Ownership and Rights: USAID information stored in a cloud environment remains the property of USAID, not the Contractor or cloud service provider (CSP). USAID retains ownership of the information and any media type that stores Government information. The CSP does not have rights to the USAID information for any purposes other than those explicitly stated in the contract.

(h) Security Requirements:

(1) The Contractor shall adopt and maintain administrative, technical, and physical safeguards and controls that meet or exceed requirements contained within the Federal Risk and Authorization Management Program (FedRAMP) Cloud Computing Security Requirements Baseline, current standard for NIST 800-53, including Appendix J, and FedRAMP Continuous Monitoring Requirements for the security level and services being provided, in accordance with the security categorization or impact level as defined by the government based on the Federal Information Processing Standard (FIPS) Publication 199 (FIPS-199).

(2) The Contractor shall comply with FedRAMP requirements as mandated by Federal laws and policies, including making available any documentation, physical access, and logical access needed to support this requirement. The level of effort for the security assessment and authorization (SA&A) is based on the system’s complexity and security categorization. The Contractor shall create, maintain and update the following documentation using FedRAMP requirements and templates, which are available at http://FedRAMP.gov.

(3) The Contractor must support SA&A activities to include assessment by an accredited Third Party Assessment Organization (3PAO) initially and whenever there is a significant change to the system’s security posture in accordance with the FedRAMP Continuous Monitoring Plan. The Contractor must make available to the Contracting Officer, the most current, and any subsequent, Security Assessment Reports for consideration as part of the Contractor’s overall Systems Security Plan.

(4) The Government reserves the right to perform or request Penetration Testing by an independent source. If the Government exercises this right, the Contractor shall allow Government employees (or designated third parties) to conduct Security Assessment activities to include control reviews in accordance with FedRAMP requirements. Review activities include but are not limited to scanning operating systems, web applications, databases, wireless scanning; network device scanning to include routers, switches, and firewall, and IDS/IPS;

Page 67: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 67 of 149

databases and other applicable systems, including general support structure, that support the processing, transportation, storage, or security of Government information for vulnerabilities.

(5) Identified gaps between required FedRAMP Security Control Baselines and Continuous Monitoring controls and the Contractor's implementation as documented in the Security Assessment Report must be tracked by the Contractor for mitigation in a Plan of Action and Milestones (POA&M) document.

Depending on the severity of the gaps, the Government may require them to be remediated before a provisional authorization is issued.

(6) The Contractor is responsible for mitigating all security risks found during SA&A and continuous monitoring activities. All high-risk vulnerabilities must be mitigated within thirty (30) days and all moderate risk vulnerabilities must be mitigated within sixty (60) days from the date vulnerabilities are formally identified. The Government will determine the risk rating of vulnerabilities.

(7) The Contractor shall provide access to the Federal Government, or their designee acting as their agent, when requested, in order to verify compliance with the requirements and to allow for appropriate risk decisions for an Information Technology security program. The Government reserves the right to conduct onsite inspections. The Contractor must make appropriate personnel available for interviews and provide all necessary documentation during this review and as necessary for continuous monitoring activities.

(i) Privacy Requirements: Cloud Service Provider (CSP) must understand and adhere to applicable federal Privacy laws, standards, and guidance to protect Personally Identifiable Information (PII) about individuals that will be collected and maintained by the Contractor solution. The Contractor responsibilities include full cooperation for any request for disclosure, subpoena, or other judicial process seeking access to records subject to the Privacy Act of 1974.

(j) Data Location: The Contractor must disclose the data server locations where the Agency data will be stored as well as the redundant server locations. The Contractor must have prior Agency approval to store Agency data in locations outside of the United States.

(k) PII Breach Response: The Contractor is responsible for timely breach reporting, individual notification, mitigation, cost and containment resulting from PII Breaches. The Contractor must document and provide to the COR and USAID Chief Privacy Officer ([email protected]) a plan describing in detail their breach response policies and processes addressing these issues to include credit monitoring or other appropriate relief to affected individuals.

(l) Terms of Service (ToS): The Contractor must disclose any requirements for terms of service agreements and clearly define such terms prior to contract award. All ToS provisions regarding controlling law, jurisdiction, and indemnification must align with Federal statutes, policies, and regulations.

(m) Service Level Agreements (SLAs): The Contractor must be willing to negotiate service levels with USAID; clearly define how performance is guaranteed (such as response time resolution/mitigation time, availability, etc.); monitor their service levels; provide timely notification of a failure to meet the SLAs; and evidence that problems have been resolved or mitigated. Additionally, at USAID’s request, the Contractor must submit reports or provide a dashboard where USAID can continuously verify that service levels are being met. Where SLAs fail to be met, USAID may assess monetary penalties or service credit.

Page 68: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 68 of 149

(n) Trusted Internet Connection (TIC): The Contractor must route all USAID traffic through the TIC.

(o) Forensics, Freedom of Information Act (FOIA), Electronic Discovery: The Contractor must allow USAID access required to retrieve information necessary for FOIA and Electronic Discovery activities, as well as, forensic investigations for both criminal and non-criminal purposes without their interference in these activities. USAID may negotiate roles and responsibilities for conducting these activities in agreements outside of this contract.

(1) The Contractor must ensure appropriate forensic tools can reach all devices based on an approved timetable.

(2) The Contractor must not install forensic software or tools without the permission of USAID.

(3). The Contractor, in coordination with USAID Bureau for Management, Office of The Chief Information Officer (M/CIO)/ Information Assurance Division (IA), must document and guarantee the preservation of data required for these activities.

(4) The Contractor, in coordination with USAID M/CIO/IA, must clearly define capabilities, procedures, roles and responsibilities and tools and methodologies for these activities.

(p) The Contractor shall include the substance of this special contract requirement, including this paragraph (p), in all subcontracts, including subcontracts for commercial items.

H.16. ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY (MAY 2016)

(a) Federal agencies are required by Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d), to offer access to electronic and information technology for disabled individuals within its employment, and for disabled members of the public seeking information and services. This access must be comparable to that which is offered to similar individuals who do not have disabilities.

Standards for complying with this law are prescribed by the Architectural and Transportation Barriers Compliance Board ("The Access Board"). The Contractor must comply with any future updates of standards by the Access Board.

36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm.

(b) Except as indicated elsewhere in the contract, all electronic and information technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194 as follows: 1194.21 Software applications and operating systems

1194.22 Web-based intranet and Internet information and applications

1194.23 Telecommunications products

1194.24 Video and multimedia products

1194.25 Self-contained, closed products

1194.26 Desktop and portable computers

1194.31 Functional performance criteria

Page 69: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 69 of 149

1194.41 Information, documentation, and support

(c) Deliverable(s) must incorporate these standards as well.

(d) The final work product must include documentation that the deliverable conforms with the Section 508 Standards promulgated by the US Access Board.

(e) The Contractor must comply with 508 standards, and any changes needed to conform to the standards will be at no additional charge to USAID.

H.17. SECTION 508 OF THE REHAB. ACT OF 1978 AND FAC 97-27 “ELECTRONIC IT ACCOUNTABILITY”

(a) The Contractor must provide a comprehensive list of all offered specific electronic and information technology (EIT) products (supplies and services) that fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Board's Electronic and Information Technology Accessibility Standards at 36 CFR Part 1194. The Contractor must clearly indicate where this list with full details of compliance can be found (e.g., vendors or other exact web page location). The Contractor must ensure that the list is easily accessible by typical users beginning five calendar days after award. The Contractor must maintain this detailed listing of compliant products for the full contract term, including all forms of extensions, and must ensure that it is current within three calendar days of changes to its product line. (b) For every EIT product accepted under this contract by the Government that does not comply with 36 CFR Part 1194, the Contractor must, at the discretion of the Government, make every effort to replace or upgrade it with a compliant equivalent product or service, if commercially available and cost neutral, on either the planned refresh cycle of the product or service, or on the contract renewal date, whichever shall occur first. Further information on Section 508 is available via the Internet at http://www.section508.gov http://www.usaid.gov/business/business_opportunities/cib/pdf/cib0121.pdf

H.18. CONFIDENTIALITY AND OWNERSHIP OF INTELLECTUAL PROPERTY

All reports generated and data collected during this project will be considered the property of USAID and must not be reproduced, disseminated or discussed in open forum, other than for the purposes of completing the tasks described in this document, without the express written approval of a duly-authorized representative of USAID. All findings, conclusions and recommendations will be considered confidential and proprietary.

H.19. CONTRACTOR’S STAFF SUPPORT AND ADMINISTRATIVE AND LOGISTICAL ARRANGEMENTS

The Contractor will be responsible for all administrative support and logistics required to fulfill the requirements of this Contract. These will include all travel arrangements, appointment scheduling, secretarial services, report preparations services, printing, and duplicating.

H.20. ELECTRONIC PAYMENTS SYSTEM

1. Definitions:

Page 70: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 70 of 149

a. “Cash Payment System” means a payment system that generates any transfer of funds through a transaction originated by cash, check, or similar paper instrument. This includes electronic payments to a financial institution or clearing house that subsequently issues cash, check, or similar paper instrument to the designated payee. b. “Electronic Payment System” means a payment system that generates any transfer of funds, other than a transaction originated by cash, check, or similar paper instrument, which is initiated through an electronic terminal, telephone, mobile phone, computer, or magnetic tape, for the purpose of ordering, instructing or authorizing a financial institution to debit or credit an account. The term includes debit cards, wire transfers, transfers made at automatic teller machines, and point-of-sale terminals. 2. The Contractor agrees to use an electronic payment system for any payments under this award to beneficiaries, subcontractors, or grants under contracts, where applicable. 3. Exceptions. The Contractor is allowed the following exceptions, provided the Contractor documents its contract file with the appropriate justification: a. Cash payments made while establishing electronic payment systems, provided that this exception is not used for more than six months from the effective date of this award. b. Cash payments made to payees where the Contractor does not expect to make payments to the same payee on a regular, recurring basis, and payment through an electronic payment system is not reasonably available. c. Cash payments to vendors below the micro purchase level as defined by FAR 2.101, or for Grants under Contracts for less than $3,000, when payment through an electronic payment system is not reasonably available. d. The Contractor has received a specific written exception from the Contracting Officer that a specific payment or all cash payments are authorized, based on the Contractor’s written justification, which provides a basis and cost analysis for the requested exception. 4. More information about how to establish, implement, and manage electronic payment methods is available to Contractors at http://solutionscenter.nethope.org/programs/c2etoolkit.”

H.21. EMPLOYEE COMPENSATION LIMITATIONS UNDER THE CONTRACT AND SUBCONTRACTS

1. Compensation for all staff may not exceed the Contractor's established policy and practice, including the Contractor's established pay scale for equivalent classifications of employees; or 2. Compensation for all staff may not exceed USAID Contractor Salary Threshold (CST) which is the maximum amount established by the Office of Personnel Management (OPM); or

Contracting Officer’s approval is required for all employee compensation exceeding the above limitation(s).

H.22. ENVIRONMENTAL COMPLIANCE

The Foreign Assistance Act of 1961, as amended, Section 117 requires that the impact of USAID’s activities on the environment be considered and that USAID include environmental sustainability as a central consideration in designing and carrying out its development programs. This mandate is codified in Federal Regulations (22 CFR 216) and in USAID’s Automated Directives System (ADS) Parts 201.5.10g and 204 (http://www.usaid.gov/policy/ADS/200/), which, in part, require that the potential environmental impacts of USAID-financed activities are

Page 71: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 71 of 149

identified prior to a final decision to proceed and that appropriate environmental safeguards are adopted for all activities. The Contractor’s environmental compliance obligations under these regulations and procedures are specified in the following paragraphs. In addition, the Contractor must comply with host country environmental regulations unless otherwise directed in writing by USAID. In case of conflict between host country and USAID regulations, the latter will govern. No Activity funded under this contract will be implemented unless an environmental threshold determination, as defined by 22 CFR 216, has been reached for that Activity, as documented in a Request for Categorical Exclusion (RCE), Initial Environmental Examination (IEE), or Environmental Assessment (EA) duly signed by the Bureau Environmental Officer (BEO). (Hereinafter, such documents are described as “approved Regulation 216 environmental documentation.”) An Initial Environmental Examination (IEE) [LAC-IEE-15-02] has been approved for the Program(s) funding this contract and covers actions expected to be implemented under this contract. The Contractor will be responsible for implementing all IEE conditions pertaining to activities to be funded under this solicitation. USAID has determined that a: a) Categorical Exclusion, b) Negative Determination with conditions and c) Positive Determination applies to one or more of the proposed actions, as follows:

Categorical Exclusion: A Categorical Exclusion is issued for the Activity covering the solicitation, for those actions not expected to have significant impacts on the environment. These classes of actions are not subject to the procedures set forth in 216.3 except to the extent provided herein. These include: • Capacity development activities aimed at building capacity of the GOC to formulate and implement policies, • Support to policy consultation processes and preparation of assessments, inventories and standards, • Support to institutional reform processes, preparation of protected areas management plans and conservation standards, • Development of GHG monitoring and analysis systems, • REDD+ capacity development activities, preparation of biodiversity forest and carbon inventories and energy-related assessments. The following activities also qualify for a categorical exclusion under 22 CFR 216 Section 216.2(c)(2): • Education, technical assistance, or training programs except to the extent such training programs include activities directly affecting the environment (such as construction of facilities, etc.); • Controlled experimentation exclusively for the purpose of research and field education which are confirmed to small areas and carefully monitored; • Analyses, studies, academic or research workshops and meetings;

Page 72: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 72 of 149

• Studies, projects or programs intended to develop the capability of recipient countries to engage in development planning, except to the extent designed to result in activities directly affecting the environment (such as construction of facilities, etc.); Negative Determination with conditions: A Negative Determination with conditions is issued for the Activity covering the solicitation, for those actions that must be implemented subject to the specified conditions, in order to have no significant adverse effect on the environment. These include:

• All ‘on-the-ground’ REDD+ related activities (including capacity building and technical assistance) that would lead to an impact on the management of natural resources and activities involving assistance with implementation of priority actions identified in land use strategies that affect forests, for example, by addressing the most influential drivers of deforestation and forest degradation, or restoring degraded lands through enhanced tree cover. • Activities related to technical assistance to producing or processing crops and for small productive infrastructure. The Mission Environmental Officer (MEO) and the Contracting Officer's Representative -COR/ Agreement Officer's Representative AOR will oversee the implementation of appropriate environmental guidelines. Reports on these matters will be submitted by the Mission to LAC/BEO in Washington periodically. • The use of pesticides in the agricultural production, being the condition the full use and application of the Mission’s approved Pesticide Evaluation Report and Safe Use Action Plan (PERSUAP). Any modification of the PERSUAP will have to be approved before the implementation of the program, and will require an approved IEE amendment. The MEO and the COR/AOR will oversee the implementation of the PERSUAP. Reports on these matters will be submitted by the Mission to LAC/BEO periodically. • Activities needing small-scale infrastructure for climate change adaptation and small-scale construction for clean energy. The condition is that the relevant USAID Sector Environmental Guidelines http://www.usaidgems.org/sectorGuidelines.htm (which replace the Environmental Guidelines for Development Activities in Latin America and Caribbean) will be used in the implementation of these activities. The MEO, COR/AOR, and implementing partners will oversee the use of these Guidelines and their implementation. Reports on these matters will be submitted by the Mission to the LAC/BEO on an annual basis. Positive Determination: A Positive Determination is issued for the Activity covering the solicitation, for classes of actions normally having a significant adverse effect on the environment. These include:

• Large-scale infrastructure activities (e.g., any building over 1,000 m2), • Irrigation or water management (e.g., over 100 ha), • Forestry, • Mining.

The following activities also qualify for a Positive Determination under 22 CFR 216 Section 216.2(d)(1):

• River basin development

Page 73: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 73 of 149

• Agricultural land leveling, • Drainage projects, • Large scale agricultural mechanization, • New lands development, • Resettlement projects, • Road building or road improvement projects, • Powerplants, • Industrial plants, • Large scale potable water and sewerage projects.

For ongoing activities only, the Mission will follow the environmental review procedures established in the Programmatic Environmental Assessment PEA approved by LAC/BEO on April 28, 2003. Any new Environment Program activities will be covered by the mission-wide Programmatic Environmental Assessment (PEA) currently being developed for USAID/Colombia’s portfolio, which will specifically include the proposed Environmental Program and any potential direct, indirect, and cumulative environmental impacts. The MEO will determine which activities/projects may use the environmental review process established under the PEA and which activities will require the preparation of site-specific or an Activity-specific Environmental Assessments. Environmental considerations, including monitoring and training, will be included in all contractual documents and awards.

Additional Responsibilities and Conditions:

a. New activities eventually implemented under this PAD will be subjected to Initial Environmental Examinations (IEE) and Environmental Threshold Decisions (ETD) prior to obligation, according to ADS 201, ADS 204 and 22 CFR 216. b. Each Activity Manager or Contracting (or Agreement) Officer Representative (COR or AOR) is responsible for making sure environmental conditions are met (ADS 204.3.4). In addition, CORs/AORs are responsible for ensuring that appropriate environmental guidelines are followed, mitigation measures in the IEE are funded and implemented, and that adequate monitoring and evaluation protocols are in place to ensure implementation of mitigation measures. c. To ensure compliance with the USAID environmental regulation 22 CFR 216, the Implementing Partner (IP) is responsible for using the Monitor system as instructed by the Mission Environment Officer. The IP will ensure that appropriate environmental guidelines are followed and that mitigation measures described in the pertinent Threshold Decision for each of these activities are funded and implemented, including any necessary training or capacity building, and adequate monitoring. The IP will have the environmental expertise on staff to be able to perform environmental compliance functions. d. Applicable best management practices can be found in the Environmental Guidelines for Development Activities in Latin America and Caribbean available at the following web site: http://www.usaidgems.org/sectorGuidelines.htm e. An amendment of this IEE is required for any Activity resulting in policy changes that have the potential to affect negatively the environment, large scale irrigation and other activities not

Page 74: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 74 of 149

yet designed and therefore not described in this document. Any use, or training for the use, of pesticides in other projects listed in this IEE would require a PERSUAP and IEE amendment. f. The MEO, and/or his designee, reserves the right to conduct spot monitoring checks for all of the activities listed in this IEE to ensure that the conditions listed in the IEE, ETD, and subsequent environmental management plans from Monitor are being followed. g. The implementing Contractor or partner will ensure that all activities conducted under this instrument comply with all relevant ETDs. Also, through its regular performance monitoring and reporting requirements, a section on environmental compliance (e.g. mitigation monitoring results) will be included. h. Language from "Environmental Compliance: Language for Use in Solicitations and Awards -An Additional Help for ADS Chapter 204" must be included, as appropriate, in award documents (see: http://www.usaid.gov/policy/ads/200/204sac.pdf). It is the responsibility of the Assistance Objective (AO) Team and/or Contracts/Agreements Officer to ensure that environmental compliance language from the ETD is added to procurement and obligating documents. Amendments i. Amendments to Initial Environmental Examinations (IEE) will be submitted for LAC Bureau Environmental Officer (BEO) approval for any activities not specifically covered in the IEE, which include: 1. Funding level increase beyond ETD amount, 2. Time period extension beyond ETD dates (even for no cost extension), or 3. A change in the scope of work, such as the use of pesticides or activities subject to Foreign Assistance Act sections 118 and 119 (e.g. procurement of logging equipment), among others. j. Amendments to IBEs may require an Environmental Assessments (EA) and approval of these documents by the LAC BEO could require an annual evaluation for environmental compliance. k. In addition, language from "Environmental Compliance: Language for Use in Solicitations and Awards - An Additional Help for ADS Chapter 204" must be included, as appropriate, in award documents (see: http://www.usaid.gov/policy/ads/200/204sac.pdt).

H.23. EXCHANGE VISITORS AND TRAINING

Definition: An eligible host-country resident or national sponsored by USAID for a learning Activity conducted within the U.S., a third country or in-country for the purpose of furthering USAID development objectives. A learning Activity takes place in a setting in which an individual (the participant) interacts with a knowledgeable professional predominantly for the purpose of acquiring knowledge, skills, or information for the professional or technical enhancement of the individual. Learning activities may be formally structured, such as an academic program or a technical course, or they may be more informal, such as an observational study tour.

Page 75: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 75 of 149

All USAID/Colombia counterparts/recipients/Contractors are required to enter all training related data into TraiNET/VCS system. USAID’s TraiNET system is a web-based repository that enables the planning and reporting of information on all USAID-funded training and education data. This includes all in-country, third-country, regional, and U.S. training that takes place during each fiscal year. Accurate and complete data entry will allow Bureau of Economic Growth and Trade (EGAT) in Washington D.C. to complete its annual submission to the State Department. This data is also shared with the Congress and other interested parties. It is important that each Mission be able to showcase the short and long term training and education that have taken place across its portfolio. Application of ADS Chapter 252 and ADS Chapter 253: The Contractor must conform to U.S. Government regulations on Visa Compliance for Exchange Visitors, Training for Development, and USAID/Colombia-specific requirements for processing of J-1 Exchange Visitors. The Contractor must enter applicable information into USAID’s web-based training information system, TraiNet, for any exchange visitors, participant training, third-country training, or in-country training funded through this contract. Information on Visa Compliance for Exchange Visitors and Participants Training Capacity Development requirements is available in ADS Chapters 252 and 253 at http://www.usaid.gov/who-we-are/agency-policy. For assistance and further details on legal restrictions, the Contractor may consult with the COR. References and Authorities: 1. ADS 252, “Visa Compliance for Exchange Visitors” http://www.usaid.gov/ads/policy/200/252 2. ADS 253, “Training for Development” http://www.usaid.gov/ads/policy/200/253 3. ADS 206, “Prohibition of Assistance to Drug Traffickers” http://www.usaid.gov/ads/policy/200/206“

H.24. GOVERNMENT FURNISHED FACILITIES OR PROPERTY

The Contractor and any employee or consultant of the Contractor is prohibited from using U.S. Government facilities (such as office space or equipment) or U.S. government clerical or technical personnel in the performance of the services specified in the contract unless the use of Government facilities or facilities is specifically authorized in advance, in writing, by the CO.

H.25. HOMELAND SECURITY PRESIDENTIAL DIRECTIVE-12 (HSPD-12) (SEPTEMBER 2006)

In response to the general threat of unauthorized access to federal facilities and information systems, the President issued Homeland Security Presidential Directive-12. HSPD-12 requires all Federal agencies to use a common Personal Identity Verification (PIV) standard when identifying and issuing access rights to users of Federally-controlled facilities and/or Federal Information Systems. USAID will begin issuing HSPD-12 “smart card” IDs to applicable contracts, using a phased approach. Effective October 27, 2006, USAID will begin issuing new

Page 76: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 76 of 149

“smart card” IDs to new Contractors (and new Contractor employees) requiring routine access to USAID controlled facilities and/or access to USAID’s information systems. USAID will begin issuance of the new smart card IDs to existing Contractors (and existing Contractor employees) on October 27, 2007. (Exceptions would include those situations where an existing Contractor (or Contractor employee) loses or damages his/her existing ID and would need a replacement ID prior to Oct 27, 2007. In those situations, the existing Contractor (or Contractor employee) would need to follow the PIV processes described below, and be issued one of the new smart cards.) Accordingly, before a Contractor (including a Personal Services Contract or a Contractor (employee) may obtain a USAID ID (new or replacement) authorizing him/her routine access to USAID facilities, or logical access to USAID’s information systems, the individual must provide two forms of identity source documents in original form and a passport size photo. One identity source document must be a valid Federal or state government-issued picture ID. (Overseas foreign nationals must comply with the requirements of the Regional Security Office.) USAID/Colombia Contractors must contact the USAID Security Office to obtain the list of acceptable forms of documentation, and Contractors working in overseas Missions must obtain the acceptable documentation list from the Regional Security Officer. Submission of these documents, and related background checks, are mandatory in order for the Contractor to receive a building access ID, and before access will be granted to any of USAID’s information systems. All Contractors must physically present these two source documents for identity proofing at their USAID/W or Mission Security Briefing. The Contractor or his/her Facilities Security Officer must return any issued building access ID and remote authentication token to USAID custody upon termination of the individual’s employment with the Contractor or completion of the contract, whichever occurs first. The Contractor must comply with all applicable HSPD-12 and PIV procedures, as described above, and any subsequent USAID or government-wide HSPD-12 and PIV procedures/policies, including any subsequent related USAID General Notices, Office of Security Directives and/or Automated Directives System (ADS) policy directives and required procedures. This includes HSPD-12 procedures established in USAID/Washington and those procedures established by the overseas Regional Security Office. In the event of inconsistencies between this clause and later issued Agency or government-wide HSPD-12 guidance, the most recent issued guidance should take precedence, unless otherwise instructed by the CO. The Contractor is required to include this clause in any subcontract that requires the subcontractor or subcontractor employee to have routine physical access to USAID space or logical access to USAID’s information systems.

Page 77: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 77 of 149

H.26. INHERENTLY GOVERNMENTAL AND CLOSELY ASSOCIATED FUNCTIONS

The Contractor may not perform any inherently governmental functions under the contract. The Contractor may not perform any closely associated functions under this contract without the prior written approval of the Contracting Officer. The definition of closely associated function is provided in the Office of Management and Budget, Office of Federal Procurement Policy (OFPP) Policy Letter 11–01 “Performance of Inherently Governmental and Critical Functions”.

H.27. PERFORMANCE MANAGEMENT INFORMATION SYSTEM

USAID/Colombia has developed a partner portal for reporting performance (MONITOR) against the mission’s performance management system. The Contractor is required to monitor and report against contract performance. The purpose of the system is in part to reduce both USAID and implementing partners’ staff time in aggregating timely information and generating reports for USAID and interested parties, including but not limited to USAID/Washington, Congress, the governments of countries where any interventions under this contract is implemented, and other donors and stakeholders. As established in its contract and approved work plans, the Contractor will provide an update of information (including, but not limited to, performance results, geospatial coordinates, success stories, and photographs) on performance by entering this information into MONITOR. The Contractor will enter information via an Internet website; USAID will provide the URL address or Access Database, and a user ID/password. USAID/Colombia will train implementing partners’ Monitoring and Evaluation staff on the use of MONITOR. Once trained, the Contractor will enter and manage the data accordingly. The Contractor will be required to appoint a MONITOR Point-of-Contact - typically, the Monitoring and Evaluation Specialist - to aid in communication and implementation. The Contractor is responsible for ensuring that informed consent and personal information of the studies’ respondents/participants are appropriately obtained, collected, and stored, in accordance with international standards.

H.28. PRESS RELATIONS

The Contractor must coordinate all press inquiries and statements with USAID’s COR. Contractor will seek approval from COR prior to agreeing to or allowing staff to conduct interviews with the press. The Contractor must not speak on behalf of USAID but will refer all requests for USAID information to the USAID COR/Communication/Press Officer.

H.29. REQUESTS FOR CONSENT TO SUBCONTRACT

The following subcontractor/s are/were evaluated during negotiations and consent is provided as listed below:

[TBD]

Page 78: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 78 of 149

The Contractor will submit request for any further subcontracting in accordance with FAR Clause 52.244- 2. Consent will be provided in advance by the Contracting Officer.

H.30. SUBCONTRACTING PLAN

The Contractor's subcontracting plan dated ________ is hereby incorporated as a material part of this contract.

Effective December 30, 2005, USAID commenced participation in the electronic Subcontracting Reporting System (eSRS). As a result, hard copies of the SF-294 and SF-295 are no longer accepted and Contractors are required to submit these reports electronically. The requirement to report your use of subcontractors in the new eSRS applies to any contract in which there is a subcontracting plan to utilize U.S. small businesses.

If you need more information or register in eSRS, please visit the official website at http://www.esrs.gov. Please note that contract data in eSRS is tied to the DUNS Number of record.

When submitting your individual and summary reports in eSRS, please be sure to include the email address of the Contract Officer specified on the contract.

H.31. SECURITY CONDITIONS

The Contractor must be aware of security conditions in Colombia, and by entering into the contract, assumes full responsibility for the safety of its employees. Prior to commencing work in Colombia, the Contractor must ensure that it has adequate procedures in place to advise its employees of situations or changed conditions that could adversely affect their security.

In order to keep abreast of security conditions in Colombia, but particularly before any employee travels outside of Bogota, the Contractor must seek information from all available sources, including USAID/Colombia, for all areas in which its employees work or travel. The Contractor acknowledges that security conditions are subject to change at any moment, that USAID cannot guarantee the accuracy of any information that it may provide to the Contractor and that USAID assumes no responsibility for the reliability of such information. The Contractor has sole responsibility for approving all travel plans for its employees. The Contractor is also responsible for immediately notifying USAID/Colombia and the US Embassy American Citizen Services section in the event a US citizen employee does not return from travel as expected. In the event that USAID requests the Contractor to do so, the Contractor's Chief of Party must assume responsibility for contacting all of its employees. The Contractor must provide the COR the name, current address, and current home and/or cellular telephone number of the Chief of Party and of an alternate designated employee. The Contractor is responsible for ensuring that the information provided to the COR is up-to-date so that in an emergency, the Chief of Party or alternate representative can be reached immediately and he/she can rapidly contact all other affected employees.

H.32. SECURITY SERVICES AND LIFE SUPPORT

The Contractor is responsible for maintaining the security of its personnel, materials and equipment commensurate with the circumstances involved. All employees of the Contractor must meet the requirements of their work-site which may include background checks,

Page 79: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 79 of 149

security/restricted area clearance, drug-free workplace, safety training and/or other inspections/requirements.

H.33. SECURITY REPORTING

As part of the overall security requirements, the contractor and its subcontractors must report any security threats verbally immediately to the COR and subsequently in writing to the Contracting Officer, in accordance with approved procedures. The contractor must develop a list of specific steps to track any potential/identified threats, which would be part of an overall security system. (End of provision)

H.34. TITLE TO AND CARE OF PROPERTY

In accordance with AIDAR clause 752-245.71 incorporated in Section I, the CO hereby designates the Contractor to keep control of all non-expendable property purchased under this contract.

H.35. USAID LEGAL AND POLICY CONSIDERATIONS

The Offeror/Contractor should be aware of USAID legal and policy requirements that apply to agricultural development when proposing activities. Some considerations include, but are not limited to, the following:

1. USAID Implementation of Construction Activities, available at http://inside.usaid.gov/ADS/300/303maw.pdf 2. Under section 601(d) of the Foreign Assistance Act, as amended, states that if providing capital (for example, construction) assistance, U.S. engineering and professional services must be used to the maximum extent, consistent with U.S. interests. 3. Section 604(g) of the Foreign Assistance Act of 1961, as amended states that no engineering or construction services may be procured from advanced developing countries eligible under Code 941 that have attained competitive capability in international markets, unless: a. The advanced developing country is receiving direct economic assistance under the FAA, and b. Its own assistance program would permit U.S. firms to compete for similar services. 4. FH.R.2772 - Department of State, Foreign Operations, and Related Programs Appropriations Act (FOAA) FY2016 section 7080 states that no funds can be expended to provide “any financial incentive to a business enterprise currently located in the United States for the purpose of inducing such an enterprise to relocate outside the United States if such incentive or inducement is likely to reduce the number of employees of such business enterprise in the United States because United States production is being replaced by such enterprise outside of the United States.” ADS 225 provides guidance on the kinds of trade and investment promotion activities that are clearly prohibited by FY 2016 FOAA section 7080, on the kinds of activities that are clearly permitted by the legislation, and on the kinds of activities that fall within a gray area which require further review and consideration of policy and legal issues before they can be funded. 5. Policy Determination 15 states that “AID does not intend to support production of agricultural commodities for export that are likely to have a significant impact on competing

Page 80: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 80 of 149

U.S. exports.” PD-15 http://www.usaid.gov/policy/ads/200/pd15.pdf outlines the relevant factors to be taken into account: a. export potential of the commodity in question; b. magnitude of production likely to result from the Activity; c. likely export markets; d. volume of U.S. exports of the commodity in question and similar commodities; e. U.S. share of the world or regional market that could reasonably be expected to be affected by increased exports of the commodity The revised 22 CFR 228.01 contains a definition of “developing countries” and “advanced developing countries.” The revised ADS 310 has a current list of both developing and advanced developing countries.

6. FY 2016 FOAA section 7025(a) prohibits USAID from providing assistance “for establishing or expanding production of any commodity for export by any country other than the United States, if the commodity is likely to be in surplus on world markets at the time the resulting productive capacity is expected to become operative and if the assistance will cause substantial injury to United States producers of the same, similar, or competing commodity”.

7. Under FAA Sec. 604(e), and ADS 312, agricultural commodities and products thereof must be procured within the U.S. unless the commodity or product could not be reasonably produced in the U.S. in fulfillment of the particular assistance program. Waivers can be requested on a case by case basis, and must be approved prior to the purchase of such restricted commodities.

H.36. ORGANIZATIONAL CONFLICT OF INTEREST Task orders under this contract may call for the provision of important design, evaluation, or auditing services. In accordance with the principles of FAR Subpart 9.5 and USAID policy, the Contractor will be ineligible to furnish, as a prime or subcontractor or otherwise, the implementation services for any activities for which it has provided or will provide substantial design, evaluation, or auditing services, except for such services that may be furnished under this contract, unless the Head of the Contracting Activity, in consultation with USAID's Competition Advocate, authorizes a waiver (in accordance FAR 9.503) determining that preclusion of the Contractor from the implementation contract would not be in the Government's interest. When a task order includes a work requirement that will preclude the Contractor from furnishing implementation services, a clause stating the preclusion will be included in the task order.

H.37. USAID/COLOMBIA COMMUNICATIONS AND OUTREACH REQUIREMENTS

USAID/Colombia conducts public affairs efforts to highlight the role and contribution of U.S. assistance programs in Colombia as a way to raise public awareness, understanding, and support for USG-funded goals and activities. The Contractor will enhance USAID’s outreach and communications efforts in two dimensions: • The first dimension is outreach to domestic and U.S. audiences. This includes but is not limited to: - Preparing and sharing (with USAID) updated fact sheets on a quarterly basis.

Page 81: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION H

Page 81 of 149

- Preparing and including at least one success story (following USAID guidance) describing the impact of the program in each quarterly technical report. Such stories can be as short as one page and not longer than one page. • The second dimension is to advance program objectives through effective communications. Toward this end, the Contractor will develop a comprehensive communications strategy to guide the communications of the program. The communications strategy will include in-depth strategic considerations section providing an analysis of the internal and/or external environment, a set of project and communication objectives, key audiences (both primary and secondary), key messages, implementation plan, budget, and evaluation framework. The communications strategy will be designed for an initial two-year time horizon, with a more detailed implementation plan for the first year. In addition, the Contractor will coordinate with the COR and USAID’s Development Outreach and Communication Specialists (DOCs) to respond in a timely manner to USAID information requests, and collaborate on public diplomacy events and VIP visits. All outreach and communications activities and materials must be cleared by the COR, as appropriate, in consultation with USAID's DOCs. Event planning and requests for U.S. government officials to speak at public events: The Activity may require or present an opportunity for participation of U.S. Government officials at public events. In these cases the Contractor is required to have an early discussion with the COR and decide what type of representation is required. At the request of the COR the Contractor may be required to prepare and submit a brief description of the event, draft agenda, scene-setters, and talking points for events in which USAID personnel participate. Media and Public Announcements: The issuance of media advisories and press releases, as well as contact with national, regional and/or international media must be coordinated with the COR and the DOCs, who will coordinate with the U.S. Embassy’s Public Affairs Section. Social Media: As per ADS Chapter 558 (Use of Social Media for Public Engagement), all pro-posed social media platforms must be fully justified for programmatic necessity and must be ap-proved in advance by the COR, in consultation with the DOCs. Reporting of the Activity Developments and Achievements: The Contractor is required to keep the COR abreast of key achievements of the Activity as well as of expected events (all activities related to the Activity or have a direct impact on USAID’s work). Special Reports and Memoranda: The Contractor shall prepare special reports in the event of ex-traordinary, time-sensitive events that need to be brought to the COR’s attention sooner than the next quarterly update. Special reports may be requested from the Contractor by the COR or may be produced by the Contractor exercising his/her own discretion and judgment. The Contractor shall prepare memoranda analyzing draft legislation and regulations. Submission of Development Experience Documentation: The Contractor will submit one electronic and/or one hard copy of development experience documentation, in accordance with applicable regulations, to the Development Experience Clearinghouse (DEC). Other Materials: The Contractor shall provide to the COR copies of any training or instructional materials, assessments, analytical materials, reports and other programmatic documents produced under this contract as an annex to the quarterly or annual reports.

(End of provision)

[END OF SECTION H]

Page 82: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 82 of 149

PART II – CONTRACT CLAUSES

SECTION I – CONTRACT CLAUSES

I.1. NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR “52.252-2 CLAUSES INCORPORATED BY REFERENCE” in Section I of this contract.

FEDERAL ACQUISITION REGULATION (FAR)

NUMBER TITLE DATE 52.202-1 DEFINITIONS (NOV 2013) 52.203-3 GRATUITIES (APR 1984) 52.203-5 COVENANT AGAINST CONTINGENT FEES (MAY 2014) 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.203-7 ANTI-KICKBACK PROCEDURES (MAY 2014) 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (MAY 2014) 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (MAY 2014) 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010) 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (OCT 2015) 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (DEC 2011) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER

SUBCONTRACT AWARDS (OCT 2015) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE. (JUL 2013) 52.204-14 SERVICE CONTRACT REPORTING REQUIREMENTS (JAN 2014) 52.204-15 SERVICE CONTRACT REPORTING REQUIREMENTS FOR INDEFINITE-

DELIVERY CONTRACTS (JAN 2014) 52.209-6 PROTECTING THE GOVERNMENT’S INTEREST WHEN

SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)

Page 83: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 83 of 149

52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015) 52.210-1 MARKET RESEARCH (APR 2011) 52.215-2 AUDIT AND RECORDS – NEGOTIATION (OCT 2010) 52.215-8 ORDER OF PRECEDENCE - UNIFORM CONTRACT FORMAT (OCT 1997) 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997) 52.215-23 LIMITATIONS ON PASS-THROUGH CHARGES (OCT 2009) 52.215-23 LIMITATIONS ON PASS-THROUGH CHARGES – ALTERNATE I (OCT 2009) 52.216-7 ALLOWABLE COST AND PAYMENT (JUN 2013) 52.216-8 FIXED FEE (JUN 2011) 52.217-2 CANCELLATION UNDER MULTI-YEAR CONTRACTS (OCT 1997) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) (NOV 1999) 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2015) 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-29 NOTIFICATION OF VISA DENIAL (APR 2015) 52.222-50 COMBATING TRAFFICKING IN PERSONS. (MAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.227-14 RIGHTS IN DATA-GENERAL (MAY 2014) 52.228-3 WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT) (JUL 2014) 52.228-7 INSURANCE - LIABILITY TO THIRD PERSONS (MAR 1996) 52.230-2 COST ACCOUNTING STANDARDS (OCT 2015) 52.230-6 ADMINISTRATION OF COST ACCOUNTING STANDARDS (JUNE 2010) 52.232-1 PAYMENTS (APR 1984) 52.232-3 DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES (MAY 2014) 52.232-17 INTEREST (MAY 2014) 52.232-22 LIMITATION OF FUNDS (APR 1984) 52.232-23 ASSIGNMENT OF CLAIMS (MAY 2014) 52.232-25 PROMPT PAYMENT (JUL 2013) – ALTERNATE I (FEB 2002) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER – OTHER THAN SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS

SUBCONTRACTORS (DEC 2013) 52.233-1 DISPUTES (MAY 2014)

Page 84: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 84 of 149

52.233-3 PROTEST AFTER AWARD (AUG 1996) – ALTERNATE I (JUN 1985) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.242-1 NOTICE OF INTENT TO DISALLOW COSTS (APR 1984) 52.242-3 PENALTIES FOR UNALLOWABLE COSTS (MAY 2014) 52.242-4 CERTIFICATION OF FINAL INDIRECT COSTS (JAN 1997) 52.242-13 BANKRUPTCY (JUL 1995) 52.243-2 CHANGES - COST-REIMBURSEMENT (APR 1984) ALTERNATE I (AUG 1987) 52.244-5 COMPETITION IN SUBCONTRACTING (DEC 1996) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2016) 52.245-1 GOVERNMENT PROPERTY (APR 2012) 52.245-9 USE AND CHARGES (APR 2012) 52.246-25 LIMITATION OF LIABILITY - SERVICES (FEB 1997) 52.247-63 PREFERENCE FOR U.S.-FLAG AIR CARRIERS (JUN 2003) 52.249-6 TERMINATION (COST-REIMBURSEMENT) (MAY 2004) 52.249-14 EXCUSABLE DELAYS (APR 1984) 52.253-1 COMPUTER GENERATED FORMS (JAN 1991) AIDAR CLAUSES (48 CFR CHAPTER 7) 752.202-1 DEFINITIONS (JAN 1990) 752.209-71 ORGANIZATIONAL CONFLICTS OF INTEREST DISCOVERED AFTER AWARD (JUN 1993) 752.211-70 LANGUAGE AND MEASUREMENT (JUN 1992) 752.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS (MAR 2015) 752.222-71 NONDISCRIMINATION (JUNE 2012) 752.225-70 SOURCE AND NATIONALITY REQUIREMENTS (FEB 2012) 752.227-14 RIGHTS IN DATA—GENERAL (OCT 2007) 752.228-3 WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT) (DEC 1991) 752.228-7 INSURANCE - LIABILITY TO THIRD PERSONS 752.228-70 MEDICAL EVACUATION (MEDEVAC) SERVICES (JUL 2007) 752.229-71 REPORTING OF FOREIGN TAXES (JULY 2007) 752.231-71 SALARY SUPPLEMENTS FOR HOST GOVERNMENT (HG) EMPLOYEES (MAR 2015) 752.231-72 CONFERENCE PLANNING AND REQUIRED APPROVALS (AUG 2013) 752.242-70 PERIODIC PROGRESS REPORTS (OCT 2007) 752.245-71 TITLE TO AND CARE OF PROPERTY (APR 1984) 752.7001 BIOGRAPHICAL DATA (JUL 1997) 752.7002 TRAVEL AND TRANSPORTATION (JAN 1990) 752.7004 EMERGENCY LOCATOR INFORMATION (JUL 1997) 752.7005 SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERIENCE

DOCUMENTS (SEP 2013) 752.7006 NOTICES (APR 1984) 752.7007 PERSONNEL COMPENSATION (JUL 2007) 752.7008 USE OF GOVERNMENT FACILITIES OR PERSONNEL (APR 1984)

Page 85: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 85 of 149

752.7010 CONVERSION OF U.S. DOLLARS TO LOCAL CURRENCY (APR 1984) 752.7011 ORIENTATION AND LANGUAGE TRAINING (APR 1984) 752.7013 CONTRACTOR-MISSION RELATIONSHIPS (OCT 1989) 752.7014 NOTICE OF CHANGES IN TRAVEL REGULATIONS (JAN 1990) 752.7015 USE OF POUCH FACILITIES (JUL 1997) 752.7018 HEALTH AND ACCIDENT COVERAGE FOR USAID PARTICIPANT

TRAINEES (JAN 1999) 752.7019 PARTICIPANT TRAINING (JAN 1999) 752.7023 REQUIRED VISA FORM FOR USAID PARTICIPANTS (APR 1984) 752.7025 APPROVALS (APR 1984) 752.7027 PERSONNEL (DEC 1990) 752.7028 DIFFERENTIAL AND ALLOWANCES (JUL 1996) 752.7029 POST PRIVILEGES (JUL 1993) 752.7031 LEAVE AND HOLIDAYS (OCT 1989) 752.7032 INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATION

REQUIREMENTS (APR 2014) 752.7033 PHYSICAL FITNESS (JUL 1997) 752.7034 ACKNOWLEDGEMENT AND DISCLAIMER (DEC 1991) 752.7036 USAID IMPLEMENTING PARTNER NOTICES (IPN) PORTAL FOR ACQUISITION

(JULY 2014) 752.7101 VOLUNTARY POPULATION PLANNING ACTIVITIES (JUNE 2008)

I.2. FAR 52.203-99, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (APR 2015) (DEVIATION 2015-02)

a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.

c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. d)(1) In accordance with section 743 of Division E, Title VII of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.

2) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause.

(End of clause)

Page 86: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 86 of 149

I.3. 52.204-1 APPROVAL OF CONTRACT (DEC 1989)

This contract is subject to the written approval of USAID’s Contracting Officer and shall not be binding until so approved.

(End of clause)

I.4. FAR 52.216-18 ORDERING (OCT 1995) (APPLICABLE TO CLIN 002 ONLY)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from TBD through TBD [insert dates]. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered “issued” when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.

(End of clause)

I.5. FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (APPLICABLE TO CLIN 0002 ONLY)

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the “maximum.” The Government shall order at least the quantity of supplies or services designated in the Schedule as the “minimum.”

(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after TBD .

(End of clause)

Page 87: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 87 of 149

I.6. FAR 52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984)

(a) In performing this contract, the Contractor is not authorized to make expenditures or incur obligations exceeding [TBD] dollars. (b) The maximum amount for which the Government shall be liable if this contract is terminated is [TBD] dollars.

(End of clause)

I.7. FAR 52.229-8 TAXES – FOREIGN COST-REIMBURSEMENT CONTRACTS (MAR 1990)

(a) Any tax or duty from which the United States Government is exempt by agreement with the Government of the Colombia, or from which the Contractor or any subcontractor under this contract is exempt under the laws of the Colombia, shall not constitute an allowable cost under this contract.

(b) If the Contractor or subcontractor under this contract obtains a foreign tax credit that reduces its Federal income tax liability under the United States Internal Revenue Code (Title 26, U.S. Code) because of the payment of any tax or duty that was reimbursed under this contract, the amount of the reduction shall be paid or credited at the time of such offset to the Government of the United States as the Contracting Officer directs.

(End of clause)

I.8. FAR 52.244-2 SUBCONTRACTS (OCT 2010)

(a) Definitions. As used in this clause- "Approved purchasing system" means a Contractor's purchasing system that has been reviewed and approved in accordance with Part 44 of the Federal Acquisition Regulation (FAR). "Consent to subcontract" means the Contracting Officer's written consent for the Contractor to enter into a particular subcontract. "Subcontract" means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders. (b) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpriced contract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordance with paragraph (c) or (d) of this clause. (c) If the Contractor does not have an approved purchasing system, consent to subcontract is required for any subcontract that- (1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or (2) Is fixed-price and exceeds- (i) For a contract awarded by the Department of Defense, the Coast Guard, or the National Aeronautics and Space Administration, the greater of the simplified acquisition threshold or 5 percent of the total estimated cost of the contract; or

Page 88: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 88 of 149

(ii) For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics and Space Administration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract. (d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer's written consent before placing the following subcontracts: [ ] (e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract or modification thereof for which consent is required under paragraph (b), (c) or (d) of this clause, including the following information: (i) A description of the supplies or services to be subcontracted. (ii) Identification of the type of subcontract to be used. (iii) Identification of the proposed subcontractor. (iv) The proposed subcontract price. (v) The subcontractor’s current, complete, and accurate certified cost or pricing data and Certificate of Current Cost or Pricing Data, if required by other contract provisions. (vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards when such data are required by other provisions of this contract. (vii) A negotiation memorandum reflecting- (A) The principal elements of the subcontract price negotiations; (B) The most significant considerations controlling establishment of initial or revised prices; (C) The reason certified cost or pricing data were or were not required; (D) The extent, if any, to which the Contractor did not rely on the subcontractor’s certified cost or pricing data in determining the price objective and in negotiating the final price; (E) The extent to which it was recognized in the negotiation that the subcontractor’s certified cost or pricing data were not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any such defective data on the total price negotiated; (F) The reasons for any significant difference between the Contractor's price objective and the price negotiated; and (G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shall identify each critical performance element, management decisions used to quantify each incentive element, reasons for the incentives, and a summary of all trade-off possibilities considered. (2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract for which consent is not required under paragraph (b), (c) or (d) of this clause. (f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to any subcontract nor approval of the Contractor's purchasing system shall constitute a determination- (1) Of the acceptability of any subcontract terms or conditions; (2) Of the allowability of any cost under this contract; or (3) To relieve the Contractor of any responsibility for performing this contract. (g) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed the fee limitations in FAR 15.404-4(c)(4)(i). (h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and prompt notice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of the Contractor, may result in litigation related in any way to this

Page 89: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 89 of 149

contract, with respect to which the Contractor may be entitled to reimbursement from the Government. (i) The Government reserves the right to review the Contractor's purchasing system as set forth in FAR Subpart 44.3. (j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated during negotiations: [ ]

(End of clause)

I.9. FAR 52.244-2 SUBCONTRACTS (OCT 2010) - ALTERNATE I (JUN 2007)

(a) Definitions. As used in this clause- Approved purchasing system means a Contractor's purchasing system that has been reviewed and approved in accordance with Part 44 of the Federal Acquisition Regulation (FAR). Consent to subcontract means the Contracting Officer's written consent for the Contractor to enter into a particular subcontract. Subcontract means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies or services for performance of the prime contract, or a subcontract. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders. (b) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpriced contract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordance with paragraph (c) or (d) of this clause. (c) If the Contractor does not have an approved purchasing system, consent to subcontract is required for any subcontract that- (1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or (2) Is fixed-price and exceeds- (i) For a contract awarded by the Department of Defense, the Coast Guard, or the National Aeronautics and Space Administration, the greater of the simplified acquisition threshold or 5 percent of the total estimated cost of the contract; or (ii) For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics and Space Administration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract. (d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer's written consent before placing the following subcontracts: [ ] (e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract or modification thereof for which consent is required under paragraph (b), (c) or (d) of this clause, including the following information: (i) A description of the supplies or services to be subcontracted. (ii) Identification of the type of subcontract to be used. (iii) Identification of the proposed subcontractor. (iv) The proposed subcontract price. (v) The subcontractor’s current, complete, and accurate certified cost or pricing data and Certificate of Current Cost or Pricing Data, if required by other contract provisions. (vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards when such data are required by other provisions of this contract. (vii) A negotiation memorandum reflecting-

Page 90: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 90 of 149

(A) The principal elements of the subcontract price negotiations; (B) The most significant considerations controlling establishment of initial or revised prices; (C) The reason certified cost or pricing data were or were not required; (D) The extent, if any, to which the Contractor did not rely on the subcontractor’s certified cost or pricing data in determining the price objective and in negotiating the final price; (E) The extent to which it was recognized in the negotiation that the subcontractor’s certified cost or pricing data were not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any such defective data on the total price negotiated; (F) The reasons for any significant difference between the Contractor's price objective and the price negotiated; and (G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shall identify each critical performance element, management decisions used to quantify each incentive element, reasons for the incentives, and a summary of all trade-off possibilities considered. (2) If the Contractor has an approved purchasing system and consent is not required under paragraph (c) or (d) of this clause, the Contractor nevertheless shall notify the Contracting Officer reasonably in advance of entering into any (i) cost-plus-fixed-fee subcontract, or (ii) fixed-price subcontract that exceeds either the simplified acquisition threshold or 5 percent of the total estimated cost of this contract. The notification shall include the information required by paragraphs (e)(1)(i) through (e)(1)(iv) of this clause. (f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to any subcontract nor approval of the Contractor's purchasing system shall constitute a determination- (1) Of the acceptability of any subcontract terms or conditions; (2) Of the allowability of any cost under this contract; or (3) To relieve the Contractor of any responsibility for performing this contract. (g) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed the fee limitations in FAR 15.404-4(c)(4)(i). (h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and prompt notice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of the Contractor, may result in litigation related in any way to this contract, with respect to which the Contractor may be entitled to reimbursement from the Government. (i) The Government reserves the right to review the Contractor's purchasing system as set forth in FAR Subpart 44.3. (j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated during negotiations: [ ]

(End of clause)

I.10. FAR 52.247-1 COMMERCIAL BILL OF LADING NOTATIONS. (FEB 2006)

When the Contracting Officer authorizes supplies to be shipped on a commercial bill of lading and the Contractor will be reimbursed these transportation costs as direct allowable costs, the Contractor shall ensure before shipment is made that the commercial shipping documents are annotated with either of the following notations, as appropriate:

Page 91: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 91 of 149

(a) If the Government is shown as the consignor or the consignee, the annotation shall be: Transportation is for the U.S. Agency for International Development (USAID) and the actual total transportation charges paid to the carrier(s) by the consignor or consignee are assignable to, and shall be reimbursed by, the Government. (b) If the Government is not shown as the consignor or the consignee, the annotation shall be: Transportation is for the U.S. Agency for International Development (USAID) and the actual total transportation charges paid to the carrier(s) by the consignor or consignee shall be reimbursed by the Government, pursuant to cost-reimbursement contract No.[ ]. This may be confirmed by contacting USAID/Colombia.

(End of clause)

I.11. FAR 52.247-67 SUBMISSION OF TRANSPORTATION DOCUMENTS FOR AUDIT. (FEB 2006)

(a) The Contractor shall submit to the address identified below, for prepayment audit, transportation documents on which the United States will assume freight charges that were paid-

(1) By the Contractor under a cost-reimbursement contract; and

(2) By a first-tier subcontractor under a cost-reimbursement subcontract thereunder.

(b) Cost-reimbursement Contractors shall only submit for audit those bills of lading with freight shipment charges exceeding $100. Bills under $100 shall be retained on-site by the Contractor and made available for on-site audits. This exception only applies to freight shipment bills and is not intended to apply to bills and invoices for any other transportation services.

(c) Contractors shall submit the above referenced transportation documents to-

Office of Acquisition and Assistance USAID/Colombia Cra. 45 No. 24B-27 Bogota, Colombia

(End of clause)

I.12. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/

(End of clause)

I.13. 52.252-4 ALTERATIONS IN CONTRACT (APR 1984)

Portions of this contract are altered as follows: _____________________________________________ _____________________________________________ _____________________________________________

Page 92: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 92 of 149

(End of clause)

I.14. 752.245-70 GOVERNMENT PROPERTY - USAID REPORTING REQUIREMENTS. (JUL 1997)

The term Government furnished property wherever it may appear in the following clause, shall mean (1) non-expendable personal property owned by or leased to the U.S. Government and furnished to the Contractor and (2) personal property furnished either prior to or during the performance of this contract by any U.S. Government accountable officer to the Contractor for use in connection with performance of this contract and identified by such officer as accountable. The term Government property, wherever it may appear in the following clause, shall mean Government-furnished property and non-expendable personal property title to which vests in the U.S. government under this contract. Non-expendable property, for purposes of this contract, is defined as property which is complete in itself, does not lose its identity or becomes a component part of another article when put into use; is durable, with an expected service life of two years or more; and which has a unit cost of more than $500.

Reporting Requirement: to be inserted following the text of the FAR clause.

Reporting Requirements: The Contractor will submit an annual report on all non-expendable property in a form and manner acceptable to USAID substantially as follows:

ANNUAL REPORT OF GOVERNMENT PROPERTY IN CONTRACTOR'S CUSTODY

(Name of Contractor) As of (End of Contract Year), 20xx Motor Vehicles Furniture and furnishings other non-expendable property Office Living quarters

Value of property as of last report.

Transactions during this reporting period.

a) Acquisitions (add):

i) Purchased by Contractor (1).

ii) Transferred from USAID (2).

iii) Transferred from others, without reimbursement (3).

b) Disposals (deduct):

i) Returned to USAID

ii) Transferred to USAID-Contractor purchased

iii) Transferred to other Government agencies (3).

iv) Other disposals (3).

Value of property as of reporting date.

Estimated average age of Contractor held property.

(1) Property which is complete in itself, does not lose its identity or becomes a component part of another article when put into use; is durable, with an expected service life of two years or more; and which has a unit cost of more than $500.

Page 93: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION I

Page 93 of 149

(2) Government furnished property listed in this Contract as nonexpendable.

(3) Explain if transactions were not processed through or otherwise authorized by USAID.

PROPERTY INVENTORY VERIFICATIONS

I attest that (1) physical inventories of Government property are taken not less frequently than annually; (2) the accountability records maintained for Government property in our possession are in agreement with such inventories; and (3) the total of the detailed accountability records maintained agrees with the property value shown opposite line C above, and the estimated average age of each category of property is as cited opposite line D above.

____________________________

Authorized Signature

(End of clause)

I.15. 752.252-2 AIDAR CLAUSES INCORPORATED BY REFERENCE (MAR 2015)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of all AIDAR solicitation provisions and contract clause is contained in the Code of Federal Regulations (CFR) located at 48 CFR chapter 7.

[END OF SECTION I]

Page 94: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION J

Page 94 of 149

PART III – DOCUMENTS AND OTHER ATTACHMENTS

SECTION J – LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

ATTACHMENT 1 - PAST PERFORMANCE INFORMATION (To be submitted by offeror) A hard copy is available as an attachment of this document. ATTACHMENT 2 - BRANDING STRATEGY A hard copy is available as an attachment of this document. ATTACHMENT 3 - BRANDING IMPLEMENTATION PLAN AND MARKING PLAN A hard copy is available as an attachment of this document. ATTACHMENT 4 - BUDGET TEMPLATE Electronic version is uploaded as a separate Microsoft Office Excel at http://www.fbo.gov/ with this solicitation announcement ATTACHMENT 5 -CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN (To be submitted by offeror) A hard copy is available as an attachment of this document. ATTACHMENT 6 - SMALL BUSINESS SUBCONTRACTING PLAN (To be submitted by offeror – Not applicable if the prime offeror is a local organization or if the prime offeror is a small business) - A hard copy is available as an attachment of this document. ATTACHMENT 7 - USAID FORM 1420-17-CONTRACTOR BIOGRAPHICAL DATA SHEET A hard copy is available as an attachment of this document; please find the electronic version at https://www.usaid.gov/forms/aid-1420-17 ATTACHMENT 8 – SF-LLL - DISCLOSURE OF LOBBYING ACTIVITIES Please find the electronic version at http://www.gsa.gov/portal/forms/download/116430

ATTACHMENT 9 – ACRONYM LIST

USEFUL LINKS

USAID GLOBAL DEVELOPMENT ALLIANCES (GDA) https://www.usaid.gov/gda/

USAID 2011 EVALUATION POLICY: http://www.usaid.gov/evaluation/

DOING BUSINESS WITH USAID: http://www.usaid.gov/work-usaid/get-grant-or-contract/trainings-how-work-usaid

MISSION ORDER ON PUBLIC-PRIVATE PARTNERSHIPS: https://goo.gl/5l92tf

[END OF SECTION J]

Page 95: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION K

Page 95 of 149

PART IV – REPRESENTATION AND INSTRUCTIONS

SECTION K– REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS

K.1. NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

The following solicitation provisions pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the FAR provision at FAR "52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE" in Section L of this solicitation. See FAR 52.252-1 for an internet address (if specified) for electronic access to the full text of a provision.

48 CFR – VOLUME 1 – CHAPTER 1 – FEDERAL ACQUISTION REGULATION NUMBER TITLE DATE 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007) 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-20 PREDECESSOR OF OFFEROR (JUL 2016) 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS – REPRESENTATION (NOV 2015) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS. (OCT 2015)

K.2. 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS - REPRESENTATION (APR 2015) (DEVIATION 2015-02)

a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

Page 96: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION K

Page 96 of 149

c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

[End of provision]

K.3. 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS. (APR 2016)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541990. (2) The small business size standard is $15.0. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) (1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [_] (i) Paragraph (d) applies. [_] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless— (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that— (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and

Page 97: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION K

Page 97 of 149

(C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation. (vi) 52.209-5; Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. (viii) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (ix) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (x) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (xi) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xiii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xiv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xvi) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items. (xvii) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xviii) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies. (D) If the acquisition value is $79,507 or more but is less than $100,000, the provision with its Alternate III applies. (xix) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

Page 98: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION K

Page 98 of 149

(xx) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations. (xxi) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification. This provision applies to all solicitations. (xxii) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions. (2) The following representations or certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] ___ (i) 52.204-17, Ownership or Control of Offeror. ___ (ii) 52.204-20, Predecessor of Offeror. ___ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. ___ (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification. ___ (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification. ___ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). ___ (vii) 52.227-6, Royalty Information. ___ (A) Basic. ___ (B) Alternate I. ___ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through https://www.acquisition.gov . After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR Clause Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.

(End of Provision)

Page 99: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION K

Page 99 of 149

K.4. 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS. (OCT 2015)

(a)(1) The Offeror certifies, to the best of its knowledge and belief, that-

(i) The Offeror and/or any of its Principals-

(A) Are [ ] are not [ ] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;

(B) Have [ ] have not [ ], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation);

(C) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (a)(1)(i)(B) of this provision; and

(D) Have [ ], have not [ ], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.

(1) Federal taxes are considered delinquent if both of the following criteria apply:

(i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.

(ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.

(2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

(ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

Page 100: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION K

Page 100 of 149

(iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.

(iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).

(ii) The Offeror has [ ] has not [ ], within a 3-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.

(2) Principal, for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).

(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror non-responsible.

(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.

[End of provision]

K.5. KEY INDIVIDUAL CERTIFICATION NARCOTICS OFFENSES AND DRUG TRAFFICKING

I hereby certify that within the last ten years:

1. I have not been convicted of a violation of, or a conspiracy to violate, any law or regulation of the United States or any other country concerning narcotic or psychotropic drugs or other controlled substances.

2. I am not and have not been an illicit trafficker in any such drug or controlled substance. 3. I am not and have not been a knowing assistor, abettor, conspirator, or colluder with

others in the illicit trafficking in any such drug or substance.

Signature: ____________________________

Page 101: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION K

Page 101 of 149

Date: ____________________________

Name: ____________________________

Title/Position: ____________________________

Organization: ____________________________

Address: ____________________________

____________________________

Date of Birth: ____________________________ NOTICE: 1. You are required to sign this Certification under the provisions of 22 CFR Part 140,

Prohibition on Assistance to Drug Traffickers. These regulations were issued by the Department of State and require that certain key individuals of organizations must sign this Certification.

2. If you make a false Certification you are subject to U.S. criminal prosecution under 18 U.S.C.

1001.

K.6. 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS. (JUL 2013)

(a) Definitions. As used in this provision-

"Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.

"Federal contracts and grants with total value greater than $10,000,000" means-

(1) The total value of all current, active contracts and grants, including all priced options; and

(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).

"Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).

(b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000.

(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance

Page 102: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION K

Page 102 of 149

and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:

(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:

(i) In a criminal proceeding, a conviction.

(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.

(iii) In an administrative proceeding, a finding of fault and liability that results in-

(A) The payment of a monetary fine or penalty of $5,000 or more; or

(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.

(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.

(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.

(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7).

K.7. 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)

(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that— (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that

Page 103: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION K

Page 103 of 149

is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)

K.8. SIGNATURE

By signature hereon, or on an offer incorporating these Representations, Certifications, and Other Statements of Offerors, the offeror certifies that they are accurate, current, and complete, and that the offeror is aware of the penalty prescribed in 18 U.S.C. 1001 for making false statements in offers.

Solicitation No._________________________________ Offer/Proposal No._______________________________ Date of Offer____________________________________ Name of Offeror__________________________________ Typed Name and Title_____________________________ Signature _________________________ Date________

[END OF SECTION K]

Page 104: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 104 of 149

SECTION L – INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS

L.1. NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE” in Section I of this contract. Full text of the FAR clauses is available at https://www.acquisition.gov/far and full text of the AIDAR clauses is available at http://www.usaid.gov/ads/policy/300/aidar and http://www.usaid.gov/ads/policy/300/300. FEDERAL ACQUISITION REGULATION (FAR) (48 CFR Chapter 1) NUMBER TITLE DATE 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.215-1 INSTRUCTIONS TO OFFERORS – COMPETITIVE ACQUISITION (JAN2004) 52.215-22 LIMITATIONS ON PASS-THROUGH CHARGES— IDENTIFICATION OF

SUBCONTRACT EFFORT (OCT2009) 52.222-46 EVALUATION OF COMPENSATION FOR PROFESSIONAL EMPLOYEES (FEB1993) 52.222-56 CERTIFICATION REGARDING TRAFFICKING IN PERSONS COM PLIANCE PLAN (MAR 2015)

L.2. 52.216-1 TYPE OF CONTRACT. (APR 1984)

The Government contemplates award of a Hybrid Cost Plus Fixed Fee (CPFF) Completion and an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract resulting from this solicitation. Only CPFF-term type Task Orders will be issued under this contract.

(End of provision)

L.3. 52.233-2 SERVICE OF PROTEST. (SEP 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from

Local Address:

Page 105: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 105 of 149

USAID/Colombia Office of Acquisition and Assistance (OAA) Carrera 45 No. 24 B - 27 Bogota, Colombia

Mailing Address:

USAID/Colombia Office of Acquisition and Assistance (OAA) Unit 3030, Box 5101 DPO AA 34004 A copy of any protest filed with the agency must be sent to the USAID General Counsel by fax to William Buckhold, at 202-216-3058.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

L.4. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/

(End of clause)

L.5. 52.252-3 ALTERATIONS IN SOLICITATION (APR 1984)

Portions of this solicitation are altered as follows: _____________________________________________ _____________________________________________ _____________________________________________

(End of provision)

L.6. 752.252-1 AIDAR SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (MAR 2015)

This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of all AIDAR solicitation provisions is contained in the Code of Federal Regulations (CFR) located at 48 CFR chapter 7. [79 FR 75001, Dec. 16, 2014]

Page 106: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 106 of 149

(End of clause)

L.7. GENERAL INSTRUCTIONS

(a) Single Award USAID anticipates awarding one (1) = contract as a result of this solicitation through full and open competition. (b) RFP Instructions Proposals must be submitted in accordance with Section L. If an Offeror does not follow the instructions set forth herein, the Offeror’s proposal may be eliminated from further consideration or the proposal may be down-graded and not receive full or partial credit under the applicable evaluation criteria. (c) Accurate and Complete Information Offerors must set forth full, accurate, and complete information as required by this RFP. Proposals must be specific, complete, and concise. The Offeror is urged to examine this solicitation in its entirety, in order to assure that the proposal contains all the necessary information, provides all required documentation and is complete in all respects since evaluation of the proposal will be based on the actual material presented and not on the basis of what is implied. The penalty for making false statements to the Government is prescribed in 18 U.S.C. 1001. (d) Pre-award Survey USAID reserves the right to perform a pre-award survey which may include, but is not limited to: 1) Offeror’s ability to perform the duties under the contract conditions; 2) Review of the Offeror’s financial condition, business and personnel procedures, etc.; 3) Visits to the Offeror’s facilities; and 4) Visits to the Offeror’s ongoing job sites. (e) Offer Acceptability USAID may determine an offer to be unacceptable if an Offeror does not comply with all of the terms and conditions of the RFP and prospective contract: 1) Completion of Standard Form 33, Blocks 12 through 18; 2) Submission of proposed costs/prices and indirect cost information as required by Section B and L of this RFP;

Page 107: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 107 of 149

3) Completion of the “Representations, Certifications, and Other Statements of Offerors” in Section K; and (see also guidance in Attachment 5 on Certification Regarding Trafficking in Persons Compliance Plan); and 4) Submission of information required by Section L or any other section of this RFP. The submission of these items in accordance with these instructions will, if the USAID accepts the offer, contractually bind USAID and the successful Offeror to the terms and conditions of the prospective contract. Offerors must follow the instructions contained in this RFP and supply all information and signature/certifications, as required. (f) Offer Validity Offerors are required to indicate the duration of the validity of their offer in box 12 of the submitted SF 33 Form. USAID recommends to include at least 6 months of validity from the date the offer is submitted to allow sufficient time to evaluate proposals and complete negotiations. (g) Proposal Preparation Costs The U.S. Government will not pay for any proposal preparation costs. (h) Questions to the Solicitation Questions in response to this solicitation must be submitted by email only to Acquisition and Assistance Specialist, Edel Perez at [email protected] and Contracting Officer, Martha L. Aponte at [email protected] by the date and time set forth in the cover letter of this solicitation. It is the CO’s discretion to provide a response to questions received after the above deadline.

Answers to questions received will be posted on www.fbo.gov. We will not identify the firm asking the questions.

(i) Local Organizations

Local organizations are encouraged to review the following web link, which provides additional information on how to do business with USAID: https://www.usaid.gov/work-usaid/get-grant-or-contract/trainings-how-work-usaid

L.8. DELIVERY INSTRUCTIONS

General Instructions Each Offeror’s proposal submitted in response to this solicitation must be prepared in two volumes: Volume I – Technical Proposal Volume II – Cost Proposal Proposals must be signed by a staff member who is authorized to bind the entire organization.

Page 108: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 108 of 149

The technical and cost proposals must be kept separate from each other. Technical proposals must not make reference to pricing data so that the technical evaluation may be made strictly on the basis of technical merit. Proposals must be prepared in accordance with these instructions and provide all required information in the format specified. The required format is designed to ensure submission of information essential to the understanding and comprehensive evaluation of Offerors’ proposal. Offerors must submit proposals as instructed in the table below. The proposal (both Volumes I & II) must be submitted both in hard copy and on electronic media via email, using PDF for text submissions and MS Excel for spreadsheet submissions (must be accessible by MS Excel 2010). The information provided on paper must be identical to the one provided in the electronic media. Information used that is NOT included will render the calculations of that information unusable, and that information will not be evaluated or used in the evaluation process. All data and information must be included and will not be “implied”. Calculations used on excel spreadsheets must be visible and there must be no hidden or password protected cells or spreadsheets. Proposal submission:

DOCUMENT TECHNICAL PROPOSAL # of Copies

COST PROPOSAL # of Copies

Original paper submission 1 1 Paper copies 3 1 Electronic (Email) copy 1 1

The Government will process late submissions of offers in accordance with FAR 15.208 and FAR 52.215-1. If an offer is received late and is not eligible for consideration in accordance with FAR 15.208 and FAR 52.215-1, then the Government will reject that offer without evaluation.

Email submissions: Email submissions must be sent to Acquisition and Assistance Specialist, Edel Perez at [email protected] and Contracting Officer, Martha L. Aponte at [email protected] by the date and time set forth in the cover letter of this solicitation. All Submittals that will require more than one email should be sent using the following format:

(a) The subject of each email should read as follows: SOL-514-16-000024, Páramos and Forests, e-mail 1 of #. (b) Offerors are reminded that e-mail is NOT instantaneous, in some cases delays of several

hours occur from transmission to receipt. For this RFP the initial point of entry to the government infrastructure is USAID’s Washington mail server. Offerors are strongly encouraged to review FAR 15.208.

Page 109: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 109 of 149

(c) All Volume I and II documents and attachments that are text submissions must be in Adobe Acrobat portable document format (.pdf) and compatible with Adobe Reader X (1984-2011). All spreadsheet submissions must be in MS Excel and compatible with MS Excel 2010. USAID servers may receive single emails with a maximum size of 25MB including all attachments and the message. ZIPPED FILE ATTACHMENTS WILL NOT BE ACCEPTED.

Hard copy submissions: Proposals may be delivered via hand-carry or courier services such as FedEx, UPS, etc. and must be placed in separate sealed envelopes. Envelopes must be clearly marked on the outside with the following information: Solicitation No. SOL-514-16-000024 Páramos and Forests The mailing address is: Martha L. Aponte, Contracting Officer USAID/Colombia Office of Acquisition and Assistance (OAA) Carrera 45 No. 24 B - 27 Bogota, Colombia Offerors are responsible for ensuring timely delivery of proposals. The information presented in the electronic and hard copies must be identical. Any differences between the electronic and hard copy submissions may be basis for elimination from further consideration. The technical and cost proposals, both electronic and hard copies, must be submitted by the due date and time specified in the cover letter of this solicitation. When delivering the hardcopy proposal, Offerors may dial extension 4100 using the telephone at the gate. A USAID staff member will receive the proposal and date stamp when it was received. The issuance of this solicitation does not in any way obligate the U.S. Government to award a contract nor does it commit the U.S. Government to pay for costs incurred in the preparation and submission of a proposal. Furthermore, USAID reserves the right to reject any and all offers, if such action is considered to be in the best interest of the Government.

L.9. INSTRUCTIONS FOR THE PREPARATION OF THE TECHNICAL PROPOSAL

L.9.1. General Instructions The content of the technical proposal must be organized by the major technical evaluation criteria listed in Section M. The Technical Proposal submitted in response to this solicitation must address how the offeror intends to carry out the SOW. The proposal must be prepared in such a manner as to enable the review committee to make a

Page 110: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 110 of 149

thorough evaluation and arrive at a sound determination of whether the proposal meets all technical requirements and satisfies the SOW requirements.

L.9.2. Format, Page Limitation and Content The proposal must be written in English and typed on standard 8.5” x 11” paper (216mm x 297mm), single spaced, Times New Roman font not less than 12 points in size, with margins no less than one inch of each border. Number each page consecutively. The text in any text boxes included within the technical proposal must not be less than 12 points in size. All graphs and charts must be included in the annexes. Text in graphs and charts may be less than 12 points in size but no less than 8 points and must be legible. The TECHNICAL PROPOSAL must be structured as follows:

• Cover letter (1 page) • Title page (1 page) • Table of contents (2 pages) • Acronym list (2 pages) • Executive Summary (2 pages) • Technical Proposal Body (30 pages)

a. Technical Approach b. Draft Grants Strategy c. Institutional Experience & Capacity d. Key Personnel and Staffing Plan

The following are to be included in the TECHNICAL PROPOSAL as an annex:

• Annex A: CV/Resumes for proposed Key Personnel (up to two pages per KP) • Annex B: Organizational chart (maximum 3 pages) • Annex C: Past Performance Information (not page limited) • Annex D: Branding Implementation Plan and Marking Plan (maximum 2 pages) • Annex E: Summary First Annual Work Plan (AWP) (maximum 5 pages) • Annex F: Summary Activity Monitoring and Evaluation Plan (AMEP) (maximum 3 pages)

The technical proposal must be strictly limited to the page limitation listed above. Any pages exceeding this limitation will not be read or evaluated. Only those annexes listed above or specifically required in other parts of this solicitation can be submitted. USAID will not review and consider any additional annexes provided. Proposals which merely offer to perform in accordance with the requirements, or which merely paraphrase the RFP, or use generic, subjective phrases such as, “standard practices will be employed,” or “well established techniques will be employed,” etc., may be considered non-compliant and ineligible for award. Offerors must address crosscutting areas—science and technology, partnerships, gender equality and female empowerment and the environmental management—and special considerations—through the entirety of this section. The technical approach must address each task listed in Section C.

Page 111: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 111 of 149

L.9.3. Technical Approach (See Section M.2.1)

The technical proposal must describe the offeror’s approach to implement the SOW. The offeror must include the following elements in its Technical Approach: Objective 1: Reduced carbon emissions from deforestation and forest degradation in the Pacific region, generating sustainable income revenue streams for Afro-Colombian and indigenous communities that are part of the USAID/BioREDD+ portfolio.

1. The plan to build on the results achieved by the “Connected Landscapes” program implemented by Fondo Accion in the Pacific. This includes the strategy for leveraging USAID resources for engagement with communities and private sector in order to finance the business plans and the revised business plans for the cacao, achiote (annatto), acai and cacao value chains.

2. The proposed strategy to partner with a “REDD+ project developer” and the proposed plan to update in the first four months of implementation the Project documents (PDs) prepared under the BIOREDD+ program. Describe how the offeror will move towards implementation of the updated PDs and achieve verification of reduced carbon emissions with the VCS methodology VM006 and the degradation tool developed under the BioREDD+ during the first year of Activity implementation. The Offeror must include a coherent implementation strategy, as well as demonstrate a realistic exit strategy from USAID support.

3. The plan to engage with all the relevant GOC counterparts describing how the verification data from the 8 REDD+ projects will feed into the national MRV system and national REDD+ strategy and how IDEAM and MADS’ capacity to use forest and terrestrial carbon monitoring methodologies and technologies as part of the MRV system. Objective 2: Reduced greenhouse gas (GHG) emissions from high Andean ecosystems: páramo, high altitude wetlands and high Andean forests (bosques andino), while improving water management and reducing land use-related conflicts.

4. The proposed results-based mechanism(s) taking into account existing agro-ecosystems and the proposed ways to develop value chains for increased rural income with less pressure on the target ecosystems. In all cases, the offerors must abide by the Colombian regulation when proposing the development of productive activities in high altitude ecosystems (páramo, wetlands, Andean Forest (bosque andino) and incorporate results-based finance considerations under the UNFCCC.

5. The proposed Integrated Water Resources Management (IWRM) approach, as a multi-stakeholder platform to address environmental conflicts and deliver results on improved water management and how this is mainstreamed into the results-based mechanisms proposed.

6. The plan to develop the emissions baseline to be used as a reference for performance measure. Offerors must propose a cost-effective measuring, reporting and verification (MRV) mechanism that is aligned with the GOC approach to the national MRV system and must describe how it will work with IDEAM.

Page 112: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 112 of 149

7. The strategy to achieve 20% reduction of carbon emissions in high altitude ecosystems (páramo,

wetlands and Andean forests (bosques andino)), over the life of the Activity.

8. Description of the financial instruments proposed to attract private and public finance to sell carbon credits, and improve livelihoods in the REDD+ territories of participating communities and phase out USAID participation, while leaving them as self-sustaining projects with private sector engagement and support.

9. The plan to support the national MRV system, both with field activities and capacity development according to the requirements under Section C, required result 2.3 and, in line with the commitments made by the GOC in Paris during the last COP. The offeror must describe how it plans to support to the national forest inventory, particularly in the high altitude Andean ecosystems (páramo, wetlands, and Andean forests (bosques andino)). In Annex E-the Summary First Annual Work Plan, the offeror must identify the assumptions used, suggested alternatives if necessary and the methods to assess whether the assumptions hold true; detail how Activity objectives will be implemented during the first year, reflect the nature and timing of the tasks and interventions proposed to achieve the required results and the anticipated outputs and outcomes from each intervention conducted in the first year. In Annex F-the Summary Activity Monitoring and Evaluation Plan (AMEP), the offeror must provide up to ten (10) illustrative performance indicators and estimated target results that it proposes to achieve through the implementation of the Activity in accordance with its proposed approach. The draft AMEP must include the underlying assumptions on which the achievement of Activity goals depend and the relationships between activities, outputs, and outcomes (i.e. the framework).The offeror must justify the choice of proposed indicators based on the Theory of Change (ToC) included in Section C. The summary AMEP will describe how baseline measurements will be established and how the impact of proposed interventions can be assessed; including a description of how data and information will be collected, analyzed, and used. When selecting indicators, the Offeror must take into consideration the relevance and accuracy of the indicators according to the planned interventions and intended results, as well as time and resources required to collect and report each indicator data. In the grant strategy, the offeror must describe how the funds will be used during implementation to enhance the likelihood of Activity success and maximize impact and how partnerships with local and international organizations will support the established objectives of the Activity. Offerors may consider developing the capacity of a local sub-recipient/s that would make them eligible to receive a direct award from USAID or other donors in the future. If the offeror considers that this is feasible under their approach, the proposed arrangement must meet all requirements of ADS 303.3.6.5.b (3) imposed to the prime contractor under Transition Awards. To encourage local ownership and increase local capacity development, the offeror is encouraged to partner with local and/or regional partner or partners for activity implementation and build into the activity design mechanisms to develop the capacity of a regional organization

Page 113: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 113 of 149

or organizations over the life of the Activity. USAID expects that offerors will have equal access to all local organizations needed for this contract, and strongly discourages exclusivity agreements with local organizations.

L.9.4. Institutional Experience & Capacity (See Section M.2.2) In this section of the Technical Proposal, the Offeror must: • Demonstrate its ability to perform the work requested in the SOW by describing relevant experience, current capacities, expertise and representative accomplishments in implementing climate change mitigation activities of similar scope and complexity and how this experience will be used to enhance the likelihood of success of this Activity. • Show proven prior experience of the partner it proposes to be the “REDD+ project developer”, its expertise in REDD+ project verification under VCS and CCB standards and its track record of selling VCUs in the voluntary carbon market at scale. • Describe its capacity to respond to requests for task order proposals and perform task orders under the Supplemental Technical Assistance IDIQ CLIN, and describe how it will mobilize and augment resources should the Government order level-of-effort under the IDIQ CLIN. Offerors must also describe how potential orders would relate to, or affect, efforts being carried out under CLINs in terms of management and technical performance.

L.9.5. Key Personnel & Staffing Plan (See Section M.2.3) • In the main body of the proposal, Offerors are required to identify the proposed individuals for the Key Personnel positions (Chief of Party, Deputy Chief of Party, Objective Two Manager and a Grants Manager). Offerors must ensure that Key Personnel complement each other’s skills and qualifications in a manner that will result in a strong, balanced and highly qualified team. • In Annex A - CV/Resumes for proposed Key Personnel, offerors must include a curriculum vitae (CV and include sufficient information to allow USAID to evaluate all the requirements for Key Personnel as defined in Section F.5. CVs must indicate the start year and month and end year and month for each former employment. Emails and telephone number of three professional references are required. Offerors are required to confirm the accuracy of the references’ contact information to ensure that USAID can reach each individual listed as a reference. Individuals proposed for the Key Personnel positions must be available immediately upon contract signature to initiate the assignment in the Activity. USAID discourages the use of exclusive agreements as this limits USAID’s ability to receive the best services. USAID reserves the right to obtain information on key personnel from any and all sources inside or outside the US Government. • In Annex B – Organizational Chart, the offeror must explain the proposed staffing structure that will remain in effect throughout the period of performance and how the positions proposed are necessary and sufficient for accomplishing the SOW. The offeror must include a description of the roles, responsibilities and level of effort for each technical position (key and

Page 114: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 114 of 149

non-key senior technical positions), a chain of command and the proposed sub-contractors and sub-grantees. Additionally, the Offeror must specify the profile of the short-term consultants it envisions recruiting, the balance between permanent staff and short-term consultants, the anticipated duration of short-term consultancies, and how the anticipated profile of the staff (permanent and short-term) will enable the Contractor to maximize results. USAID/Colombia expects that throughout the implementation of this contract, the Contractor will use a judicious mix of Colombian and international short-term consultants. TDYs for expatriates of less than two weeks are strongly discouraged

L.9.6. Past Performance Information (See Section M.2.4) (a) The offeror (including all partners of a joint venture) must provide performance information for itself and each major subcontractor (one whose proposed cost exceeds US$2,000,000.00). 1. List in Annex C – Past Performance Information, up to three (3) recent (within the past 3 years) performed contracts, on-going contracts, cooperative agreements, or grants as a prime or as a major sub-contractor, sub-awardee, team or consortium member that demonstrate past experience in carrying out tasks similar in content, magnitude and complexity to this requirement. USAID recommends that you utilize Attachment 1 - Past Performance Information. The Government reserves the right to obtain information from any and all sources inside or outside the U.S. Government. 2. Provide for each of the instruments listed above a list of contact names, job titles, mailing addresses, phone numbers, e-mail addresses, and a description of the performance to include: • Scope of work or complexity/diversity of tasks, • Primary location(s) of work, • Term of performance, • Skills/expertise required, • Dollar value, and • Instrument type (b) If extraordinary problems impacted any of the referenced contracts, provide a short explanation and the corrective action taken (FAR 15.305(a)(2)). (c) Describe any quality awards or certifications that indicate exceptional capacity to provide the service or product described in the statement of work. (d) Performance in Using Small Business (SB) Concerns (as defined in FAR 19.001) (Not applicable if the prime offeror is a local organization) (1) This section (d) is not applicable to offers from small business concerns. (2) As part of the evaluation of performance in Section M.2.4 of this solicitation, USAID will evaluate the extent you used and promoted the use of small business concerns under current and prior contracts. The evaluation will assess the extent small business concerns participated in these contracts relative to the size/value of the contracts, the complexity and variety of the work

Page 115: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 115 of 149

small business concerns performed, and compliance with your SB subcontracting plan or other similar small business incentive programs set out in your contract(s). (3) In order for USAID to fully and fairly evaluate performance in this area, all offerors who are not small business concerns must do the following: (A) Provide a narrative summary of your organization's use of small business concerns over the past three years. Describe how you actually use small businesses--as subcontractors, as joint venture partners, through other teaming arrangements, etc. Explain the nature of the work small businesses performed--substantive technical professional services, administrative support, logistics support, etc. Describe the extent of your compliance with your SB subcontracting plan(s) or other similar SB incentive programs set out in your contract(s) and explain any mitigating circumstances if goals were not achieved. (B) To supplement the narrative summary in (A), provide a list of the contracts for which you submitted subcontract reports to eSRS (FAR 52.219-9(d)(10) over the past three years and a copy of any similarly recent subcontracting reports if they were not submitted to eSRS. (C) Provide the names and addresses of three SB concerns for us to contact for their assessment of your performance in using SB concerns. Provide a brief summary of the type of work each SB concern provided to your organization, and the name of a contact person, his/her title, phone number, and e-mail address for each.

L.9.7. Branding Implementation Plan and Marking Plan (Required but not evaluated)

In Annex D, offerors must include a Branding Implementation Plan and Marking Plan with their technical proposal in line with the Branding Strategy included in Attachment 2. (See www.usaid.gov/branding for additional guidance.) The plans from the successful offeror will be reviewed and be subject to CO approval prior to contract award.

L.10. INSTRUCTIONS FOR THE PREPARATION OF THE COST/BUSINESS PROPOSAL (SEE SECTION M.3.)

The Total Estimated Cost plus Fixed Fee for services under this contract (CLIN 0001 & CLIN002) is estimated to fall within the range of $38 million and $40 million for the period of performance of five years. The cost proposal must be submitted in a separate volume from the technical proposal and must contain the following components in the order set forth below. For budgeting purposes only, offerors must budget using an exchange rate of COP 2,800/USD. There is no limit on the number of pages in the cost proposal. Offerors must propose costs that they believe are realistic and reasonable for the work in accordance with the SOW and all requirements of this solicitation.

Page 116: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 116 of 149

PART 1 - STANDARD FORM (SF) 33 The Offeror must submit the cover page (Section A) of this request for cost proposal [Standard Form (SF) 33, “Solicitation, Offer, and Award”], with blocks 12 through 18 completed, with an original signature of a person authorized on behalf of the Offeror to sign the offer.

PART 2 – PROPOSED COSTS/PRICES Offeror must submit a CPFF completion – IDIQ Contract type detailed budget for the accomplishment of the activities proposed to achieve the results listed in the SOW. Under requirements of the Federal Acquisition Regulation (FAR), the Contracting Officer is responsible for determining reasonableness of prices. It is expected that adequate price competition will be obtained under this solicitation and that a determination of price reasonableness will be made in accordance with FAR 15.403-3. However, to establish cost realism, and the extent to which prices reflect performance addressed in the Technical Proposal, each offeror is required to submit information other than cost or pricing data with its proposal pursuant to FAR 52.215-20, Alternate IV. a. The offeror must fully comply with the requirements set forth in FAR 15.408, Table 15-2, I. General Instructions A, E, G and II. Cost. Include in your cost proposal sufficient detail to support and explain all costs proposed, giving figures and narrative explanation (A line-item narrative is requested for each of the budget line items included). Since an award may be made without further discussion, this data must be submitted with your proposal. b. The cost proposal must be prepared in a manner consistent with your current accounting system. Provide a statement verifying that you have an approved Accounting System, including the approval date and the name of the reviewing office. List any other systems, such as estimating, purchasing, compensation, and budgeting, that have been reviewed or are under review, showing the status, outstanding issues, approval date, and name of the reviewing office. If applicable, identify your cognizant U.S. Government Audit Office. If applicable, provide a copy of your most current Forward Pricing Rate Agreement, a statement on the status of your Cost Accounting Standards Disclosure Statement, and the status of any unresolved Cost Accounting Standard issues. If the winning offeror is a local organization, a pre-award survey will be conducted to determine whether the entity has sufficient administrative and financial management capacity to manage USAID funds in accordance with U.S. Government and USAID requirements. c. USAID encourages the use of competitively awarded fixed price subcontracts for services that can be defined objectively and for which the risk of performance is manageable. Each cost-reimbursement, time-and materials, labor hour, or sole source fixed price subcontract must be supported in a similar manner consistent with the instructions provided in this section. Prospective subcontractors may submit proprietary information other than cost or pricing data directly to the Government no later than the date and time specified in the instructions for receipt of offers for this RFP.

Page 117: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 117 of 149

d. Identify, explain, and reconcile any differences between your cost proposal budget line items and/or rates and those budget line items and/or rates in your established accounting system. This establishes an audit trail from your proposal to your books and records. e. The offeror must provide the Cost Proposal budgets in Microsoft Office Excel Worksheets. The budget must be completed in the format included in ATTACHMENT 4 – BUDGET TEMPLATE. The budget must include the budget associated with all proposed subcontracts. The Summary Cost Worksheets provided must include separate worksheets for the prime and all subcontracts. This will be used to analyze proposals and determine best overall value. If possible, we request that the Offeror’s detailed worksheets, in support of this summary, be provided in one large spreadsheet with linkages to the summary worksheets, to ease analysis. f. The Offeror must submit a detailed budget, per component, and budget narrative that supports item for item the cost estimates proposed in its detailed budget. The budget narrative must describe the nature of individual cost items proposed calculations and include a description of the source of that particular cost estimate (current market value, current catalogue price, current vendor price quotes, etc.). Narratives for the individual cost items must provide a discussion of any estimated escalation rates where applicable. Estimated costs proposed to exceed ceilings imposed by USAID or Federal procurement policy must be fully explained and justified.

A. CLIN 0001

(1) Direct Labor Salary and Wages: FAR 31.205-6, AIDAR 731.205-46 and AIDAR 752.7007

provides for compensation for personal services. Direct labor salary and wages must be proposed in accordance with the Offeror’s personnel policies and must meet the regulatory requirements. Costs of long-term and short-term personnel must be broken down by person years, months, days or hours. A detailed level of effort (LOE) estimate with a separate line item for each proposed individual identifying each individual by name must be provided.

(2) Completed biographical data sheets: Form AID 1420-17 (forms may be obtained at: http://www.usaid.gov/forms/), must be provided for all proposed Key Personnel (Attachment 7). Bio-data forms must be properly completed, certified and signed by both employee and Contractor in the appropriate spaces with all blocks completed, as appropriate. Salaries of personnel must be reflected on the bio-data form in U.S. dollar equivalent. Proposed rates must be indicated as gross salary. Personnel, whose salary histories include salaries in currency other than the U.S. dollars, must show the contemporaneous U.S. dollar equivalent. Proposed annual salary escalation must be provided.

(3) Fringe benefits: FAR 31.205-6 provides for allowances and services provided by the Contractor to its employees as compensation in addition to regular wages and salaries. If fringe benefits are provided for as part of a firm’s indirect cost rate structure, see FAR 42.700. If not part of an indirect cost rate, a detailed cost breakdown by benefits types must be provided.

(4) Consultants: FAR 31.205-33 provides for services rendered by persons who are members of a particular profession or possess a special skill and who are not officers or employees of the

Page 118: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 118 of 149

Contractor. Costs of consultants must be broken down by person years, months, days or hours. The offeror must propose a blended daily consultant rate for each type of consultant and experience level. The blended rate must be proposed for each of the five years of the period of performance. The offeror must provide a description of the methodology used to determine the blended rate for each consultant.

(5) Travel, transportation, and per diem: FAR 31.205-46, AIDAR 731.205-46 and AIDAR 752- 7032 provide for costs for transportation, lodging, meals and incidental expenses. Costs must be broken down by the number of trips, domestic and international, cost per trip, per diem and other related travel costs. Specify the origin and destination, purpose for each proposed trip, duration of travel, and number of individuals traveling. In addition, Offeror must provide a consolidated travel chart (including subcontractor travel). Per diem must be based on the Offeror’s normal travel policies or may choose to refer to the Federal Standardized Travel Regulations for cost estimates.

(6) Equipment and supplies: FAR 2.101 provides for supplies as all property except land or interest in land, FAR 31.205-26 provides for material costs, and FAR 45 prescribes policies and procedures for providing Government property to Contractors, Contractors’ use and management of Government property, and reporting, redistributing, and disposing of Contractor inventory. Costs must be broken down by types and units, and include an analysis that it is more advantageous to purchase than lease.

(7) Training: AIDAR 752.7019 and ADS 253 provides for participant training and training in development. The specific training programs and number of training sessions must be proposed that will help attain the objectives identified in the SOW. Costs must be broken down by types and participants.

(8) Subcontracts: FAR 44.101 provides for any contract entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract. The cost and pricing proposal must describe all potential subcontracting arrangements. Information sufficient to determine the reasonableness of the cost of each specific subcontract and consultant expected to be hired must be included. Similar information must be provided for all consultants provided under the category for personnel. Any costs for local organizations and local personnel MUST include a US$ equivalent column.

(9) Allowances: AIDAR 752.7028 provides for differentials and allowances with further references to Standardized Regulations. Allowances should be broken down by specific type and by person, and should be in accordance with offeror’s policies and the applicable regulations.

(10) Other direct costs: FAR 31.202 provides for the allowability of direct costs. Costs will be broken down by types and units. Specific information regarding the type of communication cost at issue (i.e. mail, telephone, cellular phones, internet etc.) must be included in order to allow an assessment of the realism and reasonableness of these types of costs. This can also include report preparation costs, passports and visas fees, medical exams and inoculations, insurance (other than insurance included in the Offeror’s fringe benefits), as well as any other miscellaneous

Page 119: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 119 of 149

costs, which directly benefit the program proposed by the Offeror. The narrative will provide a breakdown and support for all other direct costs. Costs of Branding and Marking (ADS 320.3.6.3) must be included under this line item. Level of effort shall be designated to manage and implement these plans and the required communications and outreach. These costs are eligible for financing if reasonable, allocable, and allowable in accordance with the applicable cost principles. Communications and Outreach Plan costs must be included as a separate budget line item and must address the requirements laid out in Section F related to outreach and communications. The communications and outreach plan may be implemented through a strategic communications subcontractor. Costs associated with Environmental Compliance. The contractor must develop an EMA to safeguard all Activity operations and to comply with the requirements of the Environmental Management Approach (Section F) and Environmental Compliance (Section H). Although offerors are not required to submit the EMA as part of the proposal, offerors are required to include in the cost proposal resources for EMA implementation. EMA implementation costs must be clearly identified in the cost proposal in a separate budget line. The budget narrative must support each sub-budget line item, justify for reasonableness all costs and provide a coherent, overall integrated EMA that demonstrates that the Offeror has undertaken a thoughtful review of their environmental needs and includes analysis of the various elements of an EMA. The EMA budget will be reviewed within the cost proposal and it needs to demonstrate that the environmental procedures to successfully implement the Activity as presented in the offeror’s technical approach have been addressed / considered in the budget. Monitoring & Evaluation: Offerors must include costs of M&E Staff, data collection, analysis, and reporting as a separate line item in their budgets to ensure that adequate resources are available. Grants under Contract (GUCs): This Contract allows the establishment of a Grants Under Contracts (GUCs) mechanism within CLIN 1, as provided in the associated GUCs provisions in this solicitation. GUCs funding can be used as an activity implementation mechanism as offerors deem appropriate. The offeror must provide sufficient supporting budget breakdown and narrative for each budget line item to substantiate the estimates.

(11) Indirect Costs (e.g., overhead, G&A, material & handling): The prime and all major subcontractors may propose lower overhead rates than their established Negotiated Indirect Cost Rate Agreement (NICRA) and sign the letter found in ADS 300, Mandatory Reference for Best Practices Guide for Indirect Costing. Indirect rates proposed cannot be higher than the rates established in their Negotiated Indirect Cost Rate Agreement (NICRA). Please read further instruction below if your organization does not have a NICRA.

Page 120: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 120 of 149

Offerors may propose a single ceiling rate covering the term of award or a ceiling rate in each applicable contract year. If an annual ceiling rate is proposed, USAID will average the ceiling indirect rates and use that figure for evaluation purposes.

(i) The Offeror and each major subcontractor must include a complete copy of its most current NICRA or other documentation from its cognizant Government Audit Agency, if any, stating the most recent provisional indirect cost rates. The proposal must also include the name and address of the Government Audit Agency, and the name and telephone number of the auditor. (ii) If the Offeror or major subcontractor does not have a cognizant Government Audit Agency, the proposal must include:

• Audited balance sheets and profit and loss statements for the last two complete years, and the current year-to-date statements (or such lesser period of time if the Offeror is a newly-formed organization). The profit and loss statements should include detail of the total cost of goods and services sold, including a listing of the various indirect administrative costs, and be supplemented by information on the prime contractor’s customary indirect cost allocation method, together with supporting computations of the basis for the indirect cost rate(s) proposed; and

• The most recent two fiscal year pool and base cost compositions along with derived rates, the bases of allocation of these rates and an independent certified audit by a certified accounting firm of these rates.

(12) Fixed fee (if any): FAR 15.404-4 provides for establishing the profit or fee portion of the

Government pre-negotiation objective, and provides profit-analysis factors for analyzing profit or fee. Propose fee with rationale supported by application of the profit-analysis factors. USAID will not agree to allow the GUCs to be included in the calculation of fixed fee. Also, USAID considers calculating fixed fee over subcontractors’ fixed fee unreasonable and requires that offerors exclude subcontractors’ fixed fee when calculating their own fixed fee.

(13) Cancellation Ceiling: Offerors are required to propose their estimated cancellation ceilings which can then be negotiated and included in section B.8 at the time of award.

(14) Security costs: The Offeror must develop a security plan to safeguard all Activity operations and to comply with the requirements as specified in sections C and H. Offerors are not required to submit the security plan as part of the proposal. However, Offerors are required to submit a budget for security costs as part of the overall Offeror’s cost proposal. Security costs must be clearly identified in the cost proposal in a separate budget line. The budget must delineate and justify for reasonableness all costs and provide a coherent, overall integrated security plan that demonstrates that the Offeror has undertaken a thoughtful review of their security needs and includes analysis of the various elements of a security system. The security budget must include comprehensive budget notes to support each sub-budget line item. The security budget will be reviewed together with the technical and cost proposal and it needs to demonstrate that the security needs to successfully implement the Activity as presented in the offeror’s technical approach have been addressed/considered in the budget.

Page 121: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 121 of 149

PART 3 - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS

Offerors and all proposed subcontractors must ensure they are registered in the System for Award Management (SAM) (www.sam.gov) per FAR part 4. The offeror and each proposed subcontractor must complete Section K, “Representations, Certifications, and Other Statements of Offerors”. The submission of these items in accordance with these instructions will, if the Government accepts the offer, contractually bind the Government and the successful offeror to the terms and conditions of the prospective contract (i.e., sections A through K). The Government advises prospective offerors to read the terms and conditions of the prospective contract carefully and to refer any questions of interpretation to the individuals listed in Section L in writing.

PART 4 - POLICIES AND PROCEDURES If the offeror and/or major subcontractors do not have prior Federal contracting experience, the offeror must submit a copy of its personnel policies, especially regarding salary and wage scales, fringe benefits, merit increases, promotions, leave, differentials, travel and per diem regulations, etc.

PART 5 - INFORMATION CONCERNING WORK-DAY, WORK-WEEK, AND PAID ABSENCES The Offeror and all proposed subcontractors must:

• State the number of hours and days in its normal work-day and work-week, both domestically and overseas, for employees and consultants.

• State specifically how paid absences (US holidays, local holidays, vacation and sick) will be reimbursed under this contract.

A normal work-year, including paid absences (holidays, vacations, and sick leave) is 2,080 hours (260 days x 8 hours per day). However, some organizations do not have an 8-hour work-day, and some accounting systems normally provide for direct recovery of paid absences by using a work-year of less than 2,080 hours to compute individuals’ unburdened daily rates. The offeror and all subcontractors must describe their work-day and work week policies. The work-day and work week policies and the method of accounting for paid absences for the offeror and subcontractors in affect at time of award will remain in force throughout the period of the award. The work-day and work week policies and the method of accounting for paid absences for the offeror and subcontractors in effect at the time of award will remain in force throughout the period of the award. Please see Section F.8.

PART 6 - SUBCONTRACTING PLAN AND SMALL BUSINESS CONCERNS

Page 122: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 122 of 149

If the offeror’s approach requires that significant direct charges (more than $700,000.00 of the total estimated cost plus fixed fee) be incurred in the performance of the contract in the United States or its outlying areas, the offeror must submit a subcontracting plan in accordance with FAR 19.702 (a). Subcontracting plans, if provided, must address the goals and the various types of small businesses. This plan includes small-disadvantaged businesses, women-owned businesses, HUBZone businesses, and service-disabled veterans-owned businesses or the SB subcontracting goal may be determined to be unacceptable. Approved Small Business Subcontracting Plans will be attached to the resultant contracts.

PART 7 - JOINT VENTURE INFORMATION. If two or more parties have formed a partnership or joint venture (see FAR Subpart 9.6), for the purposes of submitting a proposal under this Solicitation and, if selected, would perform the contract as a single entity, they must submit, as an attachment to the Cost/Business Proposal, the Corporate Charter, By-Laws, or Joint Venture or Partnership Agreement. In addition, the teaming arrangements must be identified, company relationships must be fully disclosed, and respective responsibilities and method of work must be expressly stipulated. The joint venture or partnership agreement must include a full discussion of the relationship between the organizations, including identification of the organization, which organization will have accounting responsibility, how work will be allocated, and profit or fee, if any, shared. In addition, the principles to the joint venture or partnership agreement must agree to be jointly and severally liable for the acts or omissions of the other.

PART 8 - EVIDENCE OF RESPONSIBILITY The offeror and subcontractor(s) must submit sufficient evidence of responsibility for the CO to make an affirmative determination of responsibility pursuant to the requirements of FAR Subsection 9.104-1. To be determined responsible, a prospective contractor must address FAR 9.104. If the offeror fails to submit sufficient evidence for the CO to make a determination of responsibility, then the CO may make a determination of non-responsibility and the offeror may be precluded from being awarded a contract. However, in the case of a small business offeror, the CO will comply with FAR 19.6.

PART 9 - INFORMATION TO SUPPORT CONSENT TO SUBCONTRACTORS

The offeror must address each of the elements in FAR 44.202-2 in order for all proposed subcontractors to be considered by the contracting officer for consent of subcontractors to be granted with the initial award.

Page 123: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 123 of 149

PART 10 - LETTERS OF COMMITMENT (MAJOR SUBCONTRACTORS)

The Cost/Business Proposal must include a letter, on subcontractor letterhead, and signed by an authorized representative of each subcontractor, which specifically indicates the subcontractor’s agreement to be included in the offeror’s proposed teaming arrangement.

PART 11 - LEGISLATIVE REPORTING INFORMATION

Provide the following information in a separate page; this information will be used for Congressional reporting if your organization is selected:

• The offeror’s name and address (street, city, state, zip code). In the case of commodity awards, please indicate the place or places of U.S. production if known.

• The offeror’s contact name and telephone number. The following subcontract information (if applicable): (a) the total value of anticipated subcontracting included in the total estimated cost or price and (b) for each anticipated subcontract of $100,000 or more to a U.S. organization, please provide: (1) the name and address of the subcontractor, (2) the name and/or U.S. telephone number of the subcontractor contact, if known, (3) a brief description of the services or commodities to be provided, (4) the estimated cost or price, and (5) the period of the subcontract.

B. CLIN 0002

For the Supplemental Technical Assistance Portion, the offeror must set aside 10% of the proposed Total Estimated Cost to cover Task Orders to be potentially issued under the IDIQ Contract. In this request for proposal, the Government has specified a maximum of 4,000 person-days of labor, to include subcontractor and consultant hours, as the maximum level of effort that may be required during the contract period for performance for authorized work under IDIQ CLIN 0002, “Supplemental Technical Assistance.” Accordingly, the offeror must propose costs associated with the above number of person-days of level-of-effort. The Offeror must propose ceiling daily rates for each of the following illustrative positions:

• Agriculture value chain expert • Conservation finance specialist • Water management advisor

The Offeror must include in its cost proposal sufficient detail to support and explain all costs proposed, giving figures and narrative explanation. For example, labor costs should be proposed for the above listed categories supported by daily rates and specified labor escalation; with supporting documentation. All proposed indirect rates must be consistent with those proposed in CLIN 0001. For estimating purposes, the offeror must propose costs for a total of [800] person-days equally

Page 124: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION L

Page 124 of 149

distributed across all labor categories for each year of the five-year contract. There is an ODC limitation of [$1,000,000] over the life of this contract (see Section B.3.3).

[END OF SECTION L]

Page 125: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION M

Page 125 of 149

SECTION M - EVALUATION FACTORS FOR AWARD

M.1. GENERAL INFORMATION

(a) USAID intends to award a contract without discussions with Offerors in accordance with FAR 52.215-1. However, discussions may be conducted at the Contracting Officer’s discretion.

(b) USAID will evaluate Offerors in accordance with Section M of this RFP and make an award to

the responsible Offeror whose proposal represents the best value to the USG. “Best value” is defined as the offer that results in the most advantageous solution for the USG, in consideration of technical, cost, and other factors.

(c) The submitted technical information will be scored by a technical evaluation committee using the

criteria shown below. When evaluating the competing offers, USAID will consider the written qualifications/capability information provided by the Offerors, and any other information obtained by USAID through its own research.

(d) In accordance with FAR 15.304(e), all evaluation factors other than cost or price when combined

are significantly more important than cost or price factors. (e) Proposals received in response to this RFP will be evaluated by a USAID Evaluation Committee

in accordance with AIDAR 715.3. If the offeror has no relevant past performance, it will be rated as “neutral’. [see FAR 15.305(a)(2)(iv)]. Cost information will be considered but will not be scored.

(f) The evaluation will be performed on the basis of material presented and substantiated in the

proposal and not on the basis of what may be implied. Vague statements will be interpreted as a lack of understanding on the part of the offeror and/or inability to demonstrate adequate qualifications. The offeror’s attention is directed to Section L, which provides important instructions concerning proposal preparation.

(a) The Source Selection Official (SSO), after consultation with the evaluation committee and other

advisors, will select for contract award the offeror which he or she considers to be able to perform the contract in a manner that constitutes the best value to the Government, all factors considered.

(b) If an offeror’s technical proposal is determined to be technically unacceptable, USAID will not evaluate their cost proposal. A “technically unacceptable” proposal is defined as a proposal that does not clearly meet the minimum requirements of the solicitation.

M.2. TECHNICAL EVALUATION

Technical proposals will be evaluated using the below factors (M.2.1-M.2.4). These factors will: (1) Serve as the standard against which each technical proposal will be evaluated in response to the

requirements of the SOW; and (2) Serve to identify the significant matters, which Offerors should address in their proposals.

Page 126: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION M

Page 126 of 149

The importance of the evaluation factors is as follows: • M.2.1 is more important than M.2.2 • M.2.3 and M.2.4 are equally important and combined, are less important than M.2.1 and M.2.2

combined.

M.2.1. Technical Approach (See Section L.9.3) USAID will evaluate with equal order of importance: 1. The extent to which the approach towards updating and implementing project documents,

verification of GHG emissions reduction, use of the methodology VM006, value chain development and financing, and MRV, demonstrates a feasible and sustainable plan for supporting development of BIOREDD+ communities; and the degree to which the approach demonstrates a coherent implementation plan, and demonstrates a realistic exit strategy from USAID support. This includes the approach towards building on the “Connected Landscapes” program, strategy for leveraging resources from communities and the private sector to finance business plans for the cacao, achiote (annatto), acai and cacao value chains.

2. The extent to which the plan demonstrates engagement with all the relevant GOC counterparts and approach for how the verification data from the 8 REDD+ projects will feed into the national MRV system and national REDD+ strategy.

3. The extent to which results-based mechanism(s) are scalable and able to meaningfully contribute towards the Colombian INDC. This includes: the feasibility of the proposed mechanism(s); its design; how it builds on agro-ecosystems and value chains while reducing carbon emissions from high altitude ecosystems (paramo, wetlands, and Andean forests (bosque andino)).

4. The extent to which the proposed Integrated Water Resources Management (IWRM) approach

addresses environmental conflicts and delivers results on improved water management and how this is mainstreamed into the results-based mechanisms proposed.

5. The effectiveness of the plan to develop an emissions baseline as requested under Objective 2 of

this SOW. This includes the viability of cost-effective measuring, reporting and verification (MRV) mechanism that is aligned with IDEAM’s approach towards the national MRV system in the SISCLIMA framework.

6. The effectiveness of the strategy to achieve 20% reduction of carbon emissions in the target

ecosystems over the life of the Activity. 7. The extent to which the plan supports the national MRV system, both with field activities and

capacity development, according to the requirements under Section C, required result 2.3. This includes the approach to support the national forest inventory, particularly in the high altitude Andean ecosystems (páramo, wetlands, Andean forest (bosque andino).

Page 127: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION M

Page 127 of 149

8. The extent to which the approach to financing is consistent with the requirements of the

solicitation and is realistic to achieve objectives and results. The evaluation will analyze the implementation strategy to determine the extent to which funds will be used to maximize impact, enhance the likelihood of Activity success and attract partnerships with local and international organizations to support the established objectives.

9. The extent to which the proposed Summary First Annual Work Plan is realistic and feasible to achieve the required results and the anticipated outputs in year 1.

10. The extent to which the proposed Summary Activity Monitoring and Evaluation Plan (AMEP)

presents a reliable strategy with well-defined conceptual measures and definitions, along with baseline data needed to track progress towards achieving results. USAID will examine the quality of proposed measures of success (i.e. indicators and targets), their consistency with the proposed approach and the degree of balance between their ambition and feasibility.

M.2.2. Institutional Experience & Capacity (See Section L.9.4):

USAID will evaluate with equal order of importance: 1. The offeror’s ability to perform the work requested in the SOW, its experience implementing

climate change mitigation activities of similar scope and complexity and how this has the potential to enhance the likelihood of success of this Activity.

2. The proposed “REDD+ project developer” partner’s experience and expertise in REDD+ project verification under VCS and CCB standards and its track record of selling VCUs in the voluntary carbon market at scale.

3. The capacity of the offeror to respond rapidly to requests for task orders and perform required supplemental technical assistance without hindering performance under the completion portion of the contract.

M.2.3. Key Personnel & Staffing Plan (See Section L.9.5)

USAID will evaluate with equal order of importance:

1. The qualifications and relevant work experience of proposed Key Personnel (Chief of Party,

Deputy Chief of Party, Objective Two Manager and a Grants Manager), see Section F.5. The TEC will also evaluate Key Personnel as a whole to determine the extent to which members complement each other’s skills and qualifications in a manner that will result in a strong, balanced and highly qualified team.

2. The coherence and effectiveness of the proposed staffing plan and the extent to which the positions (long and short term) proposed are necessary and sufficient for accomplishing the SOW and achieve objectives and results.

Page 128: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION M

Page 128 of 149

M.2.4. Past Performance Information (See Section L.9.6) (a) Performance information will be used for both the responsibility determination and best value

decision. USAID may use performance information obtained from other than the sources identified by the offeror/subcontractor. USAID will utilize existing databases of contractor performance information and solicit additional information from the references provided in Section L of this RFP and from other sources if and when the Contracting Officer finds the existing databases to be insufficient for evaluating an offeror’s performance.

(b) Adverse past performance information to which the offeror previously has not had an

opportunity to respond will be addressed in accordance with the policies and procedures set forth in FAR 15.3.

(c) USAID will initially determine the relevance of similar performance information as a predictor of

probable performance under the subject requirement. USAID may give more weight to performance information that is considered more relevant and/or more current.

(d) The contractor performance information determined to be relevant will be evaluated in

equal order of importance in accordance with the elements below:

1) Quality of product or service, including consistency in meeting goals and targets. 2) Schedule, including the timeliness against the completion of the contract, task orders,

milestones, delivery schedules, and administrative requirements (e.g., efforts that contribute to or affect the schedule variance).

3) Cost control, including forecasting costs as well as accuracy in financial reporting. 4) Management, including the integration and coordination of all activity needed to execute

the contract, specifically the timeliness, completeness and quality of problem identification, corrective action plans, proposal submittals, the contractor’s history of reasonable and cooperative behavior, customer satisfaction, timely award and management of subcontracts.

5) For prime offerors who are not small business concerns, their utilization of Small Business concerns as subcontractors, including efforts in achieving small business participation goals.

6) Regulatory compliance with all terms and conditions of the contract. (e) An offeror’s performance will not be evaluated favorably or unfavorably when:

1) The offeror lacks relevant performance history, 2) Information on performance is not available, or 3) The offeror is a member of a class of offerors where there is provision not to rate the

class against a sub factor.

When this occurs, an offeror lacking relevant performance history is assigned a "neutral" rating. For example, a small business prime offeror will not be evaluated on its performance in using small business concerns. An exception to this “neutral” rating provision is when a non-small businesses prime has no history of subcontracting with small business concerns. Prior to

Page 129: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION M

Page 129 of 149

assigning a "neutral" past performance rating, the contracting officer may take into account a broad range of information related to an offeror's performance.

M.3. COST EVALUATION (SEE SECTION L.10.)

Cost information will be considered but will not be assigned a score. The proposed cost/price will be evaluated for realism and reasonableness. If an offeror’s technical proposal is determined to be technically unacceptable, USAID will not evaluate their cost proposal. Cost realism is an assessment of accuracy with which proposed costs represent the most probable cost of performance. Cost realism evaluation will be performed as part of the evaluation process: (a) To assess and verify the Offeror’s understandings of the requirements; (b) To assess the degree to which the cost/price proposal accurately reflects the offerors

understanding of the Statement of Work, as well as the risk that the Offeror will provide the supplies or services for the offered prices/cost; and

(c) To assess the degree to which the cost included in the cost/price proposal accurately represents the work effort required to implement the Statement of Work.

USAID will also conduct a cost/price analysis to determine if the proposed costs are fair and reasonable. This evaluation is conducted with the expectation of adequate cost/price competition and will rely heavily on market forces to determine whether the proposed cost/price is fair and reasonable. The comparison of proposed cost/price in response to this solicitation is the preferred technique for this evaluation. USAID may also compare the proposed cost/price to historical cost/price paid for the same or similar services and the independent government cost estimate. Other techniques and procedures set forth in FAR 15.404-1(b), if deemed necessary, may be used to ensure proposed cost/price is fair and reasonable.

As a result of the cost/price evaluation a probable cost will be developed for each offer. The probable cost will be used for purposes of evaluation to determine the best value. For the IDIQ portion of the contract, CLIN 0002, the analysis will include the proposed maximum cost and fee for complete performance of the maximum level-of effort, if ordered, and all other direct costs. This analysis will be conducted to determine reasonableness and realism of proposed costs and the extent to which they reflect potential technical assistance addressed in the technical proposal. An assessment will be made of the offeror’s capability to accomplish any ordered Supplemental Technical Assistance tasks and objectives within the estimated cost proposed. A probable cost will be developed and evaluated. The reasonableness of the proposed fee will also be determined in accordance with the guidelines set forth in FAR Part 15 and 16.

M.4. DETERMINATION OF THE COMPETITIVE RANGE

The U.S. Government reserves the right to conduct discussions if the CO determines them to be necessary. If a competitive range is established, the offerors with whom negotiations will be conducted will be determined by the CO pursuant to FAR 15.306(c).

Page 130: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS SECTION M

Page 130 of 149

If the CO determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the CO may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.

Determination of the competitive range, if any, will be based on a review of technical and cost proposals for this RFP.

M.5. SOURCE SELECTION

The overall evaluation methodology set forth above will be used as a guide in determining which proposal(s) offer the best value to the U.S. Government. In accordance with FAR 52.215-1, and as set forth in Section M of this RFP, award will be made by the CO to the responsible offeror whose proposal represents the best value to the U.S. Government after evaluation in accordance with all factors and sub-factors in this solicitation.

This procurement utilizes the tradeoff process set forth in FAR 15.101-1. If the CO determines that competing technical proposals are essentially equal, cost/price factors may become the determining factor in source selection. Further, the CO may award to a higher priced offeror if a determination is made that the higher technical evaluation of that offeror merits the additional cost/price.

[END OF SECTION M]

Page 131: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 1

Page 131 of 149

ATTACHMENTS AND OTHER DOCUMENTS

ATTACHMENT 1 - PAST PERFORMANCE INFORMATION

Organization Name:

Organization Type: Name and Address of Awarding Organization or Agency:

Activity Title:

Instrument No.:

Order No. (if any): Explanation of relevance to the proposed acquisition:

If contract with the USG, CPARS report(s) have been finalized for this activity (Yes/No):

If CPARS report(s) have been finalized in the CPARS system for the activity, leave the following boxes blank. If not, please fill in in full.

Contact information (names, job titles, mailing addresses, phone numbers, e-mail addresses of the procuring Contracting Officer and/or the Contracting Officer ‘s Representative):

Description of the performance

Scope of work or complexity/diversity of tasks:

Primary location(s) of work:

Term of performance:

Dollar value:

Instrument type: If extraordinary problems impacted any of the referenced contracts, provide a short explanation and the corrective action taken (FAR 15.305(a)(2)).:

Any quality awards or certifications that indicate exceptional capacity to provide the service or product described in the statement of work:

[END OF ATTACHMENT 1]

Page 132: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 2

Page 132 of 149

ATTACHMENT 2 - BRANDING STRATEGY

Objective: To provide the Contractor with areas to be addressed in the development of the USAID Páramos and Forests Branding Implementation and Marking Plans so as to deliver the message that the assistance is from the American People.

Branding Strategy for the USAID Páramos and Forests Project [Insert Project No.]

From Requesting Office USAID/Colombia Environment Office

Program or Project Name: USAID Páramos and Forests Program / Programa de Páramos y Bosques de USAID

How the materials and communications will be positioned: [Contractor] will use full branding and the USAID tagline “From the American People” on materials and communications, which may be translated into local languages as appropriate. Co-branding / no branding will only be considered on a case-by-case basis as considered appropriate by the Contracting Officer’s Representative (COR) and Contracting Officer (CO).

Desired level of visibility: The “USAID Páramos and Forests Program” has a desired high level of visibility within USAID – both in Colombia and the U.S. - and with external target audiences in Colombia since the purpose of the project is to support the Government of Colombia (GOC) to prepare for the entry into force of the United Nations Framework Convention on Climate Change’s (UNFCCC) new Paris Agreement.

Any other organizations to be acknowledged: Project documents will not use the contractor’s logo, but will acknowledge that the document was prepared for USAID’s Environment Office by the “USAID Páramos and Forests Program”, [Contractor].

There are no controls on the contractor’s release or use of data that the contractor, or any subcontractor, produces in performing the contract. The contract for this project will state that copyrights and rights to data shall be in accordance with the clause entitled, “Rights in Data – General” (FAR 52.227-14 (b)(2)).

References:

ADS 320 Branding and Marking: https://www.usaid.gov/sites/default/files/documents/1868/320.pdf

USAID Branding Resources: https://www.usaid.gov/branding

[END OF ATTACHMENT 2]

Page 133: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 3

Page 133 of 149

ATTACHMENT 3 - BRANDING IMPLEMENTATION PLAN AND MARKING

TEMPLATE FOR THE BRANDING IMPLEMENTATION PLAN

GENERAL INSTRUCTIONS

The contractor must prepare a Branding Implementation Plan describing how it will implement the Branding Strategy. The Branding Implementation Plan must describe how the program will be promoted to beneficiaries and host country citizens. The contractor must prepare a Branding Implementation Plan containing information substantially similar to the sample provided below:

THIS PORTION IS CREATED BY THE CONTRACTOR

Branding Implementation Plan for the __________ Program (Fill in Contract No. #)

1.0 HOW TO INCORPORATE THE MESSAGE __________ will use full branding and the USAID tagline “From the American People” on materials and communications. Co-branding and no branding will only be considered on a case-by-case basis as considered appropriate by the Contracting Officer’s Technical Representative (COR) and Contracting Officer (CO). 1.1 MESSAGES All materials and events from the project will be branded as from USAID and prepared by _________________________ as part of the __________ project. With the same exception, as such, all materials will acknowledge that they were produced with support “from the American people.” In cases where a local language predominates above English, the appropriate translation into the local language will be used in branding the program. Additional ideas to increase awareness that the American people support this program are: all of the trainers will be trained to include in each presentation or training session a statement at the beginning of their meeting or training session that the technical assistance that they provide and the other program services are made possible as a result of “the assistance from the American people.” The _________ project will follow specific procedures for including the Branding Implementation Plan requirements as stated in the mandatory internal reference Branding and Marking in USAID Direct Contracting in the Automated Directives System, Chapter 320. 2 .0 HOW TO PUBLICIZE THE PROGRAM, PROJECT OR ACTIVITY This section discusses how to publicize the program and also includes a description of the communications tools to be used. Such tools may include the following:

Page 134: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 3

Page 134 of 149

2 .1 TOOLS The following communication tools will be used: CHANGE AS NEEDED

Press releases N/A Press conferences N/A Media interviews N/A Site visits YES Success stories YES Beneficiary testimonials YES Professional photography YES PSAs YES Videos YES Webcasts, e-invitations, blast e-mails, or other internet activities

YES

3. KEY MILESTONES OR OPPORTUNITIES The following key milestones or opportunities are anticipated to generate awareness that the program is from the American people. These milestones may be linked to specific points in time, such as at the beginning or end of a program, or to an opportunity to showcase reports or other materials. These include, but are not limited to:

• holding training events, • publishing reports, • highlighting success stories, • promoting final or interim reports, and • Communicating program impact/overall results.

4. AUDIENCES Subject to approval by USAID, the _________ project has the following target audiences with whom it will promote and publicize USAID sponsorship: 4.1 Primary audience: The primary audience for all materials and documents produced under this contract is USAID staff in Washington and in the field. 4.1.2 Secondary audience: The secondary audience for materials and documents produced by the ________ project includes USAID stakeholders and non-governmental organizations, contractors, and researchers working on issues of gender equality in education.

Page 135: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 3

Page 135 of 149

5. ACKNOWLEDGEMENTS 5.1 ACKNOWLEDGING USAID AND THE USAID EQUATE FUNDING MECHANISM The following acknowledgment will be included on external USAID _________ project publications and internal publications, such as quarterly reports, as appropriate: This document was produced for review by the United States Agency for International Development. It was prepared by _____________ for the ___________ Project, contract number _____________________. 5.2 ACKNOWLEDGING HOST-COUNTRY GOVERNMENTS All ______________ documents will follow USAID Branding Guidelines. If during the course of this program other major sponsors are involved, we will advise the COR of their involvement and request permission to include them as necessary. 5.3 ACKNOWLEDGING OTHER HOST-COUNTRY PARTNERS Co-branding with civil society groups will occur when these organizations have contributed funds to the activity. Co-branding with in-country partners may also be desirable when trying to promote local ownership and capacity building. However, when products are fully funded by USAID, CO approval is required for any exceptions to full branding requirements. 5.4 CO-BRANDING WITH OTHER INTERNATIONAL ORGANIZATIONS In such cases, the guidelines for co-branding will be followed, assuming the funding contributed is more than a token amount.

Page 136: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 3

Page 136 of 149

TEMPLATE FOR THE MARKING PLAN

GENERAL INSTRUCTIONS

The contractor must also prepare a Marking Plan that will enumerate all of the public communications, commodities and program materials that visibly bear or will be marked with the USAID identity. Contract deliverables to be marked with the USAID Identity must follow design guidance for color, type, and layout in the USAID Graphics Standard Manual. With reference to ADS Sections 320.3.2.3 and 320.3.2.4 the contractor must prepare a Marking Plan containing information substantially similar to the sample provided below:

THIS PORTION IS CREATED BY THE CONTRACTOR

Marking Plan for the ______________ Project (______________)

Below is the required Marking Plan: 1.0 MARKING 1.1 MARKING PLAN FOR MATERIALS TO BE PRODUCED Table 1 outlines the types of materials that may be produced under the USAID _________ project. Any materials that are not anticipated below, but are produced under the initiative, will also be subject to branding guidelines and CO approval, as appropriate. Please note that marking is not required on items used as part of the administration of the contract, such as stationery products, equipment, and offices. The goal is to mark programs and projects, and not implementing partners. Thus, letterhead, name tags, business cards, office space, equipment, and supplies are not subject to branding. Every contract deliverable that is marked with the USAID identity for the ________________ project will follow design guidance for color, type, and layout in the Graphic Standards Manual as related to equipment, reports, studies, events, and public communication (including printed products, audio, visual, and electronic materials). The USAID logo will be used for programmatic correspondence. _______letterhead will be used for administrative matters and will not have the USAID logo. Business cards will not show the USAID logo. All studies, reports, publications, Web sites, and all informational and promotional products not authored, reviewed, or edited by USAID will contain a provision substantially as follows: “This study/report/_______ Website is made possible by the support of the American People through the United States Agency for International Development (USAID.) The contents of this study/report/_______ Website are the sole responsibility of ________________ (name of organization) and do not necessarily reflect the views of USAID or the United States Government.”

Page 137: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 3

Page 137 of 149

THIS PORTION IS CREATED BY THE CONTRACTOR

Marking Requirements for the __________ Program (Fill in Solicitation/Contract No. #)

With reference to ADS Section 320.3.2.2, below is the required Marking Plan:

TABLE 1. MARKING PLAN FOR MATERIALS TO BE PRODUCED - CHANGE AS NEEDED

Category Type of Marking Remarks Administrative

Stationery products (administrative Business)

USAID standard graphic identity will not be used.

Pertains to letterhead, envelops, and mailing labels

Stationery products (program related)

USAID standard graphic identity will be used. Pertains to letters that accompany program materials

Business cards USAID standard graphic identity will not be used on business cards. The contractor should use its own business cards but include the line "_______ project" on the business card.

Office signs USAID standard graphic identity will not be used to mark project offices.

Project deliverables Follows USAID Graphics Standard Manual guidelines for full branding

Website Follows USAID Graphics Standard Manual guidelines for full branding (If applicable)

Technical Technical reports and studies

The USAID identity will be printed on the cover of documents; design follows USAID Graphics Standard Manual guidelines for full branding unless co-branding is acceptable or an exception is granted for no branding.

Page 138: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 3

Page 138 of 149

TABLE 1. MARKING PLAN FOR MATERIALS TO BE PRODUCED - CHANGE AS NEEDED

Category Type of Marking Remarks Briefing papers, memoranda, and policy recommendations

The USAID identity will be printed on the cover of documents; design follows USAID Graphics Standard Manual guidelines for full branding guidelines unless co-branding is acceptable or an exception is provided for no branding.

Government policies, strategies, plans, and guidelines (regional, national, and sub-national levels) or other materials positioned as being from the host-country government

Follows USAID Graphics Standard Manual guidelines for full branding (if applicable)

Organizations' policies, strategies, plans, and guidelines (e.g., an NGO’s procedures manual for malaria logistics, a workplace antidiscrimination policy) or other materials positioned as being from the host-country partner

Follows USAID Graphics Standard Manual guidelines for full branding (if applicable)

Training materials and manuals

The USAID identity will be printed on the cover of documents; design follows guidelines for full branding unless co-branding is acceptable or an exception is granted for no branding.

CDs-ROM The USAID identity will be printed on the CD label, splash screen/menu, and packaging; design follows guidelines for full branding unless co-branding is acceptable or an exception is granted for no branding.

Page 139: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 3

Page 139 of 149

TABLE 1. MARKING PLAN FOR MATERIALS TO BE PRODUCED - CHANGE AS NEEDED

Category Type of Marking Remarks PowerPoint presentations

The USAID identity is required on title breaker slides; design follows guidelines for the full branding unless co-branding is acceptable or an exception is granted for no branding.

Conference posters and presentations

The USAID identity will be printed on the poster or presentation; design follows guidelines for professional meetings or full branding unless co-branding acceptable or an exception is granted for no branding.

Videos Not applicable Program materials Not applicable Technical web portal Follows guidelines for co-branding; the

USAID identity will be included on the homepage and sub-pages as appropriate

Individual documents included on the portal will be branded as appropriate.

Promotional Event signs, banners, and exhibition booths materials

The USAID identity will be printed on the materials; design follows guidelines for full branding unless co-branding is acceptable or an exception is granted for no branding.

Project promotional materials (e.g., success stories, beneficiary announcement of research, testimonials, findings, or project results)

The USAID identity printed on the materials; design follows guidelines for full branding.

Materials for policy launch

Not applicable

Materials for site visits

Not applicable

Commodities Not applicable 1.2 GRANTS UNDER CONTRACTS Grants under contracts, when authorized in accordance with ADS 302, “USAID Direct Contracting” must be branded and marked like grants. The policy directives and required procedures for branding and marking of assistance awards in ADS Section 320.3.3 and 22 CFR

Page 140: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 3

Page 140 of 149

226.91 apply. The contractor is responsible for including branding and marking requirements for these grants in it Branding Implementation Plan and Marking Plan, as part of its overall responsibility for managing grants under its contract.

1.3 PREPRODUCTION REVIEW USAID reserves the right to request preproduction review of USAID-funded public communications and program material for compliance with USAID graphic standards and the approved Marking Plan.

[END OF ATTACHMENT 3]

Page 141: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 4

Page 141 of 149

ATTACHMENT 4 – BUDGET TEMPLATE

[This page is intentionally left blank]

Page 142: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 5

Page 142 of 149

ATTACHMENT 5 -CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN

In accordance with FAR Provision 52.222-56, the apparent successful Offeror must submit, prior to award, a certification regarding its Trafficking in Persons Compliance Plan. A signed copy of the below certification will be requested of the apparent successful Offeror prior to award. If at the time of Proposal submission the Offeror has a compliance plan that meets the below requirements, the Offeror is requested to submit the certification as part of its Cost/Business Proposal. “Certification Regarding Trafficking in Persons Compliance Plan”, pursuant to FAR 52.222-56 For the contract or portion (if any) of contract number [insert contract number] that (1) Is for supplies, other than commercially available off-the-shelf items, to be acquired outside the United States, or services to be performed outside the United States; and (2) Has an estimated value that exceeds $500,000, I hereby certify that, [insert name of apparent successful Offeror/Contractor], 1) Has implemented a compliance plan to prevent any prohibited activities identified in paragraph (b) of the clause at 52.222–50, Combating Trafficking in Persons, and to monitor, detect, and terminate the contract with a subcontractor engaging in prohibited activities identified at paragraph (b) of the clause at 52.222–50, Combating Trafficking in Persons; and (2) After having conducted due diligence, either— (i) To the best of the Offeror/Contractor’s knowledge and belief, neither it nor any of its proposed agents, subcontractors, or their agents is engaged in any such activities; or (ii) If abuses relating to any of the prohibited activities identified in 52.222– 50(b) have been found, the Offeror/Contractor or proposed subcontractor has taken the appropriate remedial and referral actions. The term ‘‘commercially available off the-shelf (COTS) item,’’ is defined in the clause of this solicitation/contract entitled ‘‘Combating Trafficking in Persons’’ (FAR clause 52.222–50) Signature:_____________________________ Date:_________________________________

[END OF ATTACHMENT 5]

Page 143: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 6

Page 143 of 149

ATTACHMENT 6 - SMALL BUSINESS SUBCONTRACTING PLAN

TEMPLATE

SMALL BUSINESS, VETERAN-OWNED SMALL BUSINESS, HUBZONE SMALL BUSINESS CONCERNS,

SMALL DISADVANTAGED BUSINESS, AND WOMEN-OWNED SMALL BUSINESS

Identification Data

Contractor: Address: Solicitation or Contract Number: Project Title: Total Amount of Contract (Including Options) $ Period of Contract Performance (MO. & YR.) * Federal Acquisition Regulation (FAR), paragraph 19.708(b) prescribes the use of the clause at FAR 52.219-9 entitled "Small Business, Small Disadvantaged Business, and Women Owned Small Business Subcontracting Plan." The following is a suggested model for use when formulating such subcontracting plan. While this model plan has been designed to be consistent with FAR 52.219-9, other formats of a subcontracting plan may be acceptable. However, failure to include the essential information as exemplified in this model may be cause for either a delay in acceptance or the rejection of a bid or offer where the clause is applicable. Further, the use of this model is not intended to waive other requirements that may be applicable under FAR 52.219-9. "SUBCONTRACT" as used in this clause, means any agreement (other than one involving an employer-employee relationship) entered into by a Federal Government prime contractor or subcontractor calling for supplies or services required for performance of the contract or subcontract. 1.Type of Plan (Check One) (a)____ Individual plan (All elements developed specifically for this contract and applicable for the full term of this contract). (b)____ Master plan (Goals developed for this contract; all other elements standard; must be renewed annually). (c)____ Commercial products plan (Contractor sells large quantities of off-the-shelf commodities to many Government agencies. Plans/goals negotiated by a lead agency on a company-wide basis rather than for individual contracts. Plan effective only during year approved. Contractor must provide copy of lead agency approval). (d) The offeror's subcontracting plan must include the following:

Page 144: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 6

Page 144 of 149

(1) Goals, expressed in terms of percentages of total planned subcontracting dollars, for the use of small business, veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns as subcontractors. Service-disabled veteran-owned small business concerns meet the definition of veteran-owned small business concerns, and offerors may include them within the subcontracting plan goal for veteran-owned small business concerns. A separate goal for service-disabled veteran-owned small business concerns is not required. The offeror must include all subcontracts that contribute to contract performance, and may include a proportionate share of products and services that are normally allocated as indirect costs. (2) A statement of – (i) Total dollars planned to be subcontracted for an individual contract plan; or the offeror's total projected sales, expressed in dollars, and the total value of projected subcontracts to support the sales for a commercial plan is: $_______________ and _______________% (ii) (ii) Total dollars planned to be subcontracted to small business concerns is: $_______________ and _______________%* (iii) Total dollars planned to be subcontracted to veteran-owned small business concerns is: $_______________ and _______________%* (iv) Total dollars planned to be subcontracted to service-disabled veteran-owned small business concerns is: $_______________ and_______________%* (v) Total dollars planned to be subcontracted to HUBZone small business concerns is: $_______________ and _______________%* (vi) Total dollars planned to be subcontracted to small disadvantaged business concerns is: $_______________ and _______________%* (vii) Total dollars planned to be subcontracted to women-owned small business concerns is: $_______________ and _______________%* (*Expressed as a percentage of "A") (3) 1 A description of the principal types of supplies and services to be subcontracted, and an identification of the types planned for subcontracting to – (i) Small business concerns; (ii) Veteran-owned small business concerns; (iii) HUBZone small business concerns; (iv) Small disadvantaged business concerns; and (v) Women-owned small business concerns.

Page 145: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 6

Page 145 of 149

(Check all that apply) Subcontracted Supplies/Services LB SB VOSB SDVOSB HUBZone SDB WOSB (Attach additional sheets if necessary.) (4) A description of the method used to develop the subcontracting goals in paragraph (d)(1) of this clause. (5) A description of the method used to identify potential sources for solicitation purposes (e.g., existing company source lists, the Procurement Marketing and Access Network (PRO-Net) of the Small Business Administration (SBA), veterans service organizations, the National Minority Purchasing Council Vendor Information Service, the Research and Information Division of the Minority Business Development Agency in the Department of Commerce, or small, HUBZone, small disadvantaged and women-owned small business trade associations). A firm may rely on the information contained in PRO-Net as an accurate representation of a concern's size and ownership characteristics for the purposes of maintaining a small, veteran-owned small, HUBZone small, small disadvantaged, and women-owned small business source list. Use of PRO-Net as its source list does not relieve a firm of its responsibilities (e.g., outreach, assistance, counseling, or publicizing subcontracting opportunities) in this clause. (6) A statement as to whether or not the offeror included indirect costs in establishing subcontracting goals, and a description of the method used to determine the proportionate share of indirect costs to be incurred with – (i) Small business concerns; (ii) Veteran-owned small business concerns; (iii) HUBZone small business concerns; (iv) Small disadvantaged business concerns; and (v) Women-owned small business concerns. (7) The name of the individual employed by the offeror who will administer the offeror's subcontracting program, and a description of the duties of the individual. (8) A description of the efforts the offeror will make to assure that small business, veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns have an equitable opportunity to compete for subcontracts.

Page 146: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 6

Page 146 of 149

(9) Assurances that the offeror will include the clause of this contract entitled "Utilization of Small Business Concerns" in all subcontracts that offer further subcontracting opportunities, and that the offeror will require all subcontractors (except small business concerns) that receive subcontracts in excess of $500,000 ($1,000,000 for construction of any public facility) to adopt a subcontracting plan that complies with the requirements of this clause. (10) Assurances that the offeror will – (i) Cooperate in any studies or surveys as may be required; (ii) Submit periodic reports so that the government can determine the extent of compliance by the offeror with the subcontracting plan; (iii) Submit Standard Form (SF) 294, Subcontracting Report for Individual Contracts, and/or SF 295, Summary Subcontract Report, in accordance with paragraph (j) of this clause. The reports must provide information on subcontract awards to small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, small disadvantaged business concerns, women-owned small business concerns, and Historically Black Colleges and Universities and Minority Institutions. Reporting must be in accordance with the instructions on the forms or as provided in agency regulations. (iv) Ensure that its subcontractors agree to submit SF 294 and SF 295.

REPORTING PERIOD REPORT DUE DUE DATE Oct 1 – Mar 31 SF 294 04/30 Apr 1 – Sept 30 SF 294 10/30 Oct 1 – Sept 30 SF 295 10/30

ADDRESS: DIRECTOR USAID/OSDBU RM 7.8E RRB WASHINGTON, DC 20523-7800 (11) A description of the types of records that will be maintained concerning procedures that have been adopted to comply with the requirements and goals in the plan, including establishing source lists; and a description of the offeror's efforts to locate small business, veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns and award subcontracts to them. SUBCONTRACTING PLAN AUTHORIZATION:

NAME:

TITLE:

DATE:

SIGNATURE:

[END OF ATTACHMENT 6]

Page 147: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 7

Page 147 of 149

ATTACHMENT 7 - USAID FORM 1420-17-CONTRACTOR BIOGRAPHICAL DATA SHEET

[This page is intentionally left blank]

Page 148: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 8

Page 148 of 149

ATTACHMENT 8 – SF-LLL - DISCLOSURE OF LOBBYING ACTIVITIES

[This page is intentionally left blank]

Page 149: Office of Acquisition and Assistance (OAA) USAID/Colombia Unit … · SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING N/A PAGE OF PAGES

SOL-514-16-000024 – PARAMOS & FORESTS ATTACHMENT 9

Page 149 of 149

ATTACHMENT 9 – ACRONYM LIST

AFOLU Agriculture, Forestry and Other Land Uses CAR Regional Environmental Authority CCB Climate, Community & Biodiversity CDCS Colombia Country Development Cooperation Strategy CONPES Consejo Nacional de Política Económica Y Social COP Conference of The Parties DNP National Planning Department ECDBC Colombian Strategy for Low Carbon Development ELN Ejército de Liberación Nacional FARC EP Fuerzas Armadas Revolucionarias De Colombia -Ejército Del Pueblo GCC Global Climate Change GDP Gross Domestic Product GHG Greenhouse Gas GOC Government of Colombia IDEAM Colombian Hydrology, Meteorology and Environmental Studies Institute IGAC Geographic Institute Agustin Codazzi INDC Intended Nationally Determined Contribution IPCC Intergovernmental Panel on Climate Change IWRM Integrated Water Resources Management MADR Ministry of Agriculture and Rural Development MADS Ministry Of Environment and Sustainable Development MRV Measuring, Reporting and Verification NDP National Development Plan OECD Organization for Economic Co-Operation And Development PD Project Document PES Payments for Environmental Services REDD Reduced Emissions from Deforestation and Forest Degradation SDGS Sustainable Development Goals SISCLIMA National System for Climate Change. STIP Science, Technology, Innovation and Partnership STTA Short Term Technical Assistance UACT National Consolidation Unit UNDP United Nations Development Program UNFCCC United Nations Framework Convention on Climate Change’s UPRA Rural and Agricultural Planning Unit VCS Voluntary Carbon Standard VCU Verified Carbon Unit

[END OF SOLICITATION No. SOL-514-16-000024]